SOLICITATION NOTICE
R -- Synopsis - ESPC IV - Energy Savings Performance Contract W912DY-24-R-0002
- Notice Date
- 10/11/2023 6:05:25 AM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W2V6 USA ENG SPT CTR HUNTSVIL HUNTSVILLE AL 35806-0000 USA
- ZIP Code
- 35806-0000
- Solicitation Number
- W9142DY-24-R-0002
- Response Due
- 10/26/2023 7:00:00 AM
- Archive Date
- 10/27/2023
- Point of Contact
- Kijafa JOHNSON-COOPER, Phone: 2568951614, Tamikah DUBOSE MCWILLIAMS, Phone: 2568951360
- E-Mail Address
-
kijafa.t.johnson-cooper@usace.army.mil, tamikah.mcwilliams@usace.army.mil
(kijafa.t.johnson-cooper@usace.army.mil, tamikah.mcwilliams@usace.army.mil)
- Description
- This is NOT A REQUEST FOR PROPOSAL. The U.S. Army Engineering and Support Center, Huntsville (CEHNC) is planning an acquisition for the procurement of Energy Saving Services. This pre-solicitation notice is posted to publicize the Government�s intent to issue a solicitation for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) with performance throughout the United States (to include Alaska, Hawaii, Territories, and Territorial waters and outlying areas) and outside the U.S. (to include Australia, Bahrain, Belgium, Germany, Honduras, Japan, Republic of Korea-South, Kuwait, Marshall Islands, Netherlands, Norway, Philippines, Poland, Saudi Arabia, United Arab Emirates, and United Kingdom).�Other foreign jurisdictions outside the Continental United States may be added to the geographic scope of the base MATOC if deemed appropriate after an analysis of relevant statutes and regulations, including the Competition in Contracting Act (CICA Act), and approval of a FAR Part 6 Justification and Approval (J&A) for an out-of-scope change if appropriate, and analysis of international agreement terms between the United States and the respective foreign jurisdiction. This acquisition is being offered under full and open competition with a small business reserve. The proposed MATOC will have a ten (10) year ordering period consisting of a 5-year base period and one (1), 5-year option period. Option periods will be the same for all awardees.� The statutory performance period for each task order (TO) may go up to and is not to exceed 25 years starting from the date of TO award. The anticipated target number of awardees is 20 (5-small businesses and 15-other than small businesses). The Government reserves the right to award more, less, or none.� The estimated capacity for this procurement is $3 Billion to be shared amongst all awardees.� Values provided under the CLINS represent the estimated capacity only and the Government reserves the unilateral right to reallocate capacity between CLINs and performance periods, as necessary. The work involved on this requirement includes promote the use of renewable energy technologies, acquire energy and water conservation services, reduce energy and water consumption and/or associated utility costs, may reduce energy and water related operations and maintenance costs, and perform other holistic approach site specific project activities as specified in each TO issued against an ESPC indefinite delivery/indefinite quantity (IDIQ) contract. The energy service company (ESCO) shall be responsible for providing all labor, material, and capital to install energy and water conservation projects, renewable energy projects, operations, and maintenance (O&M), and Measurement and Verification (M&V) as specified in each TO. The cost of an ESPC TO project (hereafter referred to as TO project) must be covered by the energy, water, ancillary, and related cost savings that will accrue to the Federal facility. The TO project cost savings must be verified and documented annually. The Government will evaluate the Offeror�s responsiveness/responsibility IAW FAR 9.104.� This evaluation will consider at a minimum the following: Solicitation/Offer/Award. Whether the Offeror has provided a signed proposal duly executed by an official authorized to bind the offer. Representations and Certifications. Whether the Offeror has provided a copy of their certifications within SAM. It will be reviewed for completeness. No award will be made unless the Contracting Officer makes an affirmative determination of Contractor responsibility. The solicitation will be issued in electronic format only. Paper copies of the solicitation will not be available. Other methods of requesting a package will not be honored. Offerors must register in the System for Award Management (SAM) at www.sam.gov and the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module at https://piee.eb.mil prior to submission of proposals. Proposal submission will be via the PIEE solicitation module and one compact disk (CD)/Digital Versatile Disc (DVD). The solicitation will be posted to Contracting Opportunities at www.sam.gov via PIEE Solicitation Module and will be available to contractors without charge. Contractors can search for the procurement by using the following solicitation number: W912DY24R0002 (formerly W912DY23R0004) . It is the offeror�s responsibility to check the Internet addresses provided as necessary for any posted changes to the solicitation and all amendments. Personal visits for the purpose of discussing this announcement will not be scheduled. Emails or phone calls requesting personal visits will not receive a reply. The estimated solicitation date is Jan 2024.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ca0816fa35cf48f8846b91afafc42daf/view)
- Record
- SN06857032-F 20231013/231011230052 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |