SPECIAL NOTICE
R -- Increase to Overall Capacity for the Energy Savings Performance Contract (ESPC) Multiple Award Task Order Contracts (MATOC)
- Notice Date
- 2/24/2015
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY15RESPCCAPACITY
- Archive Date
- 2/24/2016
- Point of Contact
- LaSheena Vaughn, 2568955515
- E-Mail Address
-
USACE HNC, Huntsville
(lasheena.t.vaughn@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers (USACE), Huntsville Engineering and Support Center (CEHNC) intends to award modifications to its Energy Savings Performance Contract (ESPC) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) which will increase the programmatic capacity. The ESPC program requirements are currently executed via Firm Fixed Price Task Orders which are placed against an IDIQ contract in order to provide services as requested by U.S. Government installations to enhance their energy programs. In an ESPC project, the Energy Services Contractor (ESCO) conducts a comprehensive energy audit and identifies improvements that will reduce energy consumption and costs at a U.S. Government installation. The ESCO designs an energy savings project and guarantees that the improvements made will generate savings sufficient to pay for the project over the term of the task order. Additionally, the ESCO develops a Measurement and Verification (M&V) plan that is utilized to monitor the savings resulting from the energy savings project, and arranges 3rd party financing to pay for the project. The ESPC Program requirements are placed against sixteen (16) IDIQ contracts to provide the Government with the expertise necessary to deliver the highest quality services to installations. All current IDIQ contracts were awarded using full and open competition procedures. The MATOC ESPC III IDIQ contract awards are expected to be made in the 3rd Quarter of FY2015. Due to the estimated award date of a new ESPC MATOC, the current capacity needs to be increased to eliminate delays and reduce risks associated with the execution of mission essential facilities reduction requirements. Therefore, it is the Governments intention to modify the current ESPC IDIQ contracts to increase the programmatic capacity. The programmatic capacity established at the time of award of the MATOC IDIQs was established at $900,000,000.00 over a total possible ten (10) year ordering period (one (1) five year base period and one (1) five year option period). This capacity was established prior to the award of the contracts based on an analysis of the type of work required, anticipated workload, effects on competition, the capability of small businesses to compete for the required work, and upon historical ESPC contracts/program data. No modifications have been executed to increase the programmatic capacity. Based upon anticipated requirements, it is necessary that the Government modify the current contracts to increase the capacity by $80,000,000.00. This additional capacity will be used to execute awards that are already in the ESPC procurement pipeline and allow modifications to existing awards. The Government reserves the right to unilaterally modify the capacity of each MATOC contract, within the Governments sound discretion, in order to adjust for changes in project needs. The current MATOC contracts which the Government intends to modify, consistent with the terms identified within this announcement, are listed in the table below. The original basic contract Performance Work Statement for each contract award will remain unchanged. W912DY-09-D-0007, AMERESCO, Inc. W912DY-09-D-0008, Leidos Engineering, LLC W912DY-09-D-0009, Burns & McDonnell Engineering Company W912DY-09-D-0010, Energy Systems Group, LLC W912DY-09-D-0011, CLT W912DY-09-D-0012, Consolidated Edison Solutions, Inc. W912DY-09-D-0013, Constellation NewEnergy, Inc. W912DY-09-D-0014, AECOM USA, Inc. W912DY-09-D-0015, FPL Energy Services, Inc. W912DY-09-D-0016, Honeywell International, Inc. W912DY-09-D-0017, Johnson controls Government Systems, LLC W912DY-09-D-0018, NORESCO, LLC W912DY-09-D-0019, Pepco Energy Services, Inc. W912DY-09-D-0020, SEI Group, Inc. W912DY-09-D-0021, Siemens Government Technologies, Inc. W912DY-09-D-0022, Trane U.S., Inc. The Government intends to award modifications to these contracts consistent with the terms identified within this announcement upon the basis of the authority provided in 10 U.S.C 2304(c)(1) and implemented by FAR 6.302-1; Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Due to the unique prior experience and involvement of the current contractors and the anticipated recurring need for ESPC services, the actions proposed within this announcement are justified. The Government will support the proposed actions by written justification and obtain appropriate approval prior to proceeding. This Notice of Intent is not a request for competitive proposals. Any Capability Statements received within fifteen days after the publication of this Notice of Intent will be considered by the Government. A determination by the Government to not compete this proposed contract action based upon responses to this Notice of Intent is solely within the discretion of the Government. Capability Statements submitted should demonstrate the offeror's experience and expertise to provide the services identified above within the time frame required and without substantial duplication of cost to the Government. Statements should not exceed five (5) pages in length. Statements and/or written inquiries may be directed to LaSheena Vaughn via email at LaSheena.T.Vaughn@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY15RESPCCAPACITY/listing.html)
- Record
- SN03650695-W 20150226/150224235715-41e72608e20f6ce108d4b26b2197a196 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |