Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2017 FBO #5745
MODIFICATION

A -- Alternative Financing for Energy Resilience Projects and the Establishment of a Defense Resilience Bank for National Security - Solicitation 1

Notice Date
8/14/2017
 
Notice Type
Modification/Amendment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
 
ZIP Code
22202-4371
 
Solicitation Number
EB0301171032
 
Archive Date
9/29/2017
 
Point of Contact
Earl E. Anderson, , Elaina L. Barker,
 
E-Mail Address
earl.e.anderson51.civ@mail.mil, elaina.l.barker.civ@mail.mil
(earl.e.anderson51.civ@mail.mil, elaina.l.barker.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
RFQ No. HQ0034-17-Q-0023 This is an open-market combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 541690, with a small business size standard of $15 Million. The Department of Defense, Washington Headquarters Services, Acquisition Directorate on behalf of the Office of the Deputy Assistant Secretary of Defense, Installation Energy, is seeking contractor support services for a research study into how companies do credit ratings for energy projects. The study's scope includes partnering with the Massachusetts Institute of Technology, Lincoln Laboratory (MIT-LL), to review data and information on DoD energy resilience projects to develop a financial risk rating tool. The tool will include data and metrics required by lending institutions, to appropriately determine risk ratings and decisions for alternative financing. The period of performance for the study will be one year from date of award with a target award date of Q1FY2018. The Government intends to evaluate quotes and award a Firm Fixed Price - Labor, and Time & Materials - Travel contract, to the responsible Contractor whose quote, conforming to the solicitation, is determined to represent the overall best value to the Government using a best value trade-off evaluation process. Quotes will be evaluated on their proposed Performance Work Statement (PWS) and Quality Assurance Surveillance Plan (QASP), and how it demonstrates the Contractor's ability to meet or exceed the performance objectives of the Statement of Objectives (SOO), on their price submission, and the administrative requirements of this solicitation, i.e.: completing the FAR and DFARS provisions & clauses requiring a response from the Contractor in this solicitation, and returning a signed block 30a, 30b, 30c - SF 1449. All interested companies shall provide a quotation in response to the attached RFQ No. HQ0034-17-Q-0023. All questions related to this solicitation shall be submitted in writing no later than Wednesday, August 23, 2017 @ 10:00 AM (EASTERN). Questions related to this solicitation should be addressed in writing and submitted by email to the attention of the Contracting Officer, Earl E. Anderson, earl.e.anderson51.civ@mail.mil and Contract Specialist, Elaina L. Barker, elaina.l.barker.civ@mail.mil. Oral communications are not permissible. The Government reserves the right not to answer questions submitted after this time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/EB0301171032/listing.html)
 
Place of Performance
Address: The work will be performed at the contractor's facility. The contractor will be required to travel to military installations to verify and validate information and data, and will be requested to meet with DoD stakeholders on an as needed basis in the Washington DC area., United States
 
Record
SN04627648-W 20170816/170814232026-a40d6bfff9a1f3c4cb1ec8848a8cd700 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.