SOLICITATION NOTICE
99 -- Texas 2019
- Notice Date
- 8/17/2018
- Notice Type
- Presolicitation
- NAICS
- 221112
— Fossil Fuel Electric Power Generation
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Energy, 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6222, United States
- ZIP Code
- 22060-6222
- Solicitation Number
- SPE604-18-R-0408
- Point of Contact
- DLA Eteam, Phone: 571-767-8536, , Phone: 571-767-9300
- E-Mail Address
-
dlaenergy.eteam@dla.mil, dlaenergy.eteam@dla.mil
(dlaenergy.eteam@dla.mil, dlaenergy.eteam@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SYNOPSIS for commercial items prepared in accordance with the format in FAR Subpart 5.2, as supplemented with additional information. This announcement does not constitute the solicitation. The Defense Logistics Agency Energy (DLA Energy) intends to issue solicitation SPE604-18-R-0408 on or near Sept 11, 2018 for the supply of electricity and any ancillary services. For the commodity of electricity, DLA Energy is seeking offers from potential suppliers of retail electricity, to supply and deliver electricity and ancillary services and/or incidental services to the following installations in Texas: Army and Air Force Exchange Service (AAFES), Army Reserves, Dyess Air Force Base, Goodfellow Air Force Base, Laughlin Air Force Base, Sheppard Air Force Base, Fort Hood, MCRC Galveston, Navy, United States Department of Agriculture (USDA), U.S. Customs and Border Protection (CBP), Immigration and Customs Enforcement (ICE), National Aeronautics and Space Administration Johnson Space Center (NASA JSC), and Air National Guard. The estimated quantity for this proposed requirement is 1,308,237,255 kWh over a 24-month period on Firm-Fixed-Price (FFP)/Fixed Prices Requirements Type basis utilizing Real Time Settlement Point Price (RTSPP). In accordance with Federal Acquisition Regulation (FAR) 5.203(h) Publicizing and Response Time, the anticipated Request for Proposal (RFP) will be posted for a minimum of 30 calendar days, with a total combined published date of 40 calendar days from the date the synopsis is issued. The closing date of the RFP will be clearly stated on the SF1449. The Government intends to issue a solicitation on a competitive unrestricted Full and Open basis, using commercial procedures (FAR Part 12) in combination with Best Value Tradeoff Procedures (FAR 15.101-1). The anticipated delivery period is 24-month delivery period (meter read date occurring in January 2019 through meter read date occurring January 2021. All responsible sources are encouraged to submit a responsive and complete proposal. The proposed contract action will be made to offeror(s) who at the time of proposed award(s) is/are on the state approved list of Retail Electric Providers in the state in which award(s) is/are to be made. No proposed award will be made to an offeror who appears on the Office of Foreign Assets Control- Specially Designated National (SDN) List, the Bureau of Industry & Security- Denied Persons List (DPL), Federal Awardee Performance and Integrity Information System (FAPIIS), and Excluded Parties List System (EPLS). If you are unable to access the proposed solicitation via the Internet, please contact DLA Energy-FEA for a printed copy at dlaenergy.eteam@dla.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE604-18-R-0408 /listing.html)
- Place of Performance
- Address: ERCOT, United States
- Record
- SN05043521-W 20180819/180817231059-9999b166a32e570ce5d274c751dc4350 (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 |