SPECIAL NOTICE
R -- Notice of Intent to Sole Source Modification to Increase Support
- Notice Date
- 10/18/2024 7:16:12 AM
- Notice Type
- Special Notice
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- COMMANDING OFFICER WASHINGTON DC 20380-1775 USA
- ZIP Code
- 20380-1775
- Solicitation Number
- M95494-23-F-0013_P00003
- Response Due
- 11/1/2024 9:00:00 AM
- Archive Date
- 11/16/2024
- Point of Contact
- Christina Neto, Phone: 703-604-3758, Roberto Lainez, Phone: 706-597-6555
- E-Mail Address
-
christina.e.neto.civ@usmc.mil, roberto.a.lainez.ctr@usmc.mil
(christina.e.neto.civ@usmc.mil, roberto.a.lainez.ctr@usmc.mil)
- Description
- The purpose of this notice is to provide the Government�s intent to award a modification on a sole-source basis to Concurrent Technologies Corporation (CTC), 100 CTC Drive, Johnstown, PA 15904-1935, to support the Marine Corps Installation Command (MCICOM) Facilities Directorate-Public Works (GF-PW) with energy security support services, including modernizing infrastructure, reducing dependence on external suppliers, minimizing energy and water consumption, generating facility energy data, and fostering long-term energy efficiency across the USMC. The additional work under this modification supports MCICOM�s alignment with Congressional legislation, DoD strategic direction, and Fleet Marine Force (FMF) requirements targeting climate, energy resilience, and Force Design.� This contract modification is for the Department of Defense�s (DoD) Energy Resilience and Conservation Investment Program (ERCIP) program, Energy Savings Performance Contracts (ESPC), and Utility Energy Service Contracts (UESC) as specified in the original task order, M95494-23-F-0013. A sole source award will be made based on other than full and open competition under the authority of 10 U.S.C.3204(a)(1), as implemented at FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. MCICOM GF-PW is responsible for Headquarters, Regional, and Installation Support of the USMC�s energy security objectives globally. There are currently six (6) tasks under the original task order: �������������� Task 1: HQMC / MCICOM GF-PW �������������� Task 2: Marine Corps Installation East (MCI-East) �������������� Task 3: Marine Corps Installation West (MCI-West) �������������� Task 4: Marine Corps Installation Pacific (MCI-PAC) �������������� Task 5: National Capital Region (NCR) �������������� Task 6: G-4 Non-Tactical Vehicle Fleet This modification will impact Task 1, by adding an additional six (6) Full Time Equivalents (FTEs) for Senior Energy Consultants. The contractor is required to perform various tasks including the review of current USMC policy, instructions and guidance and identify updates and revisions necessary to comply with applicable Congressional Legislation, Presidential Directive, DoD, and Department of Navy (DoN) Instructions; provide technical and analytical support to respond to inquiries from Congress, Government Accountability Office (GAO), and Naval Audit Services (NAS); provide technical, analytical, and administrative support to plan, execute, and monitor USMC participation in DoD�s Energy Resilience and Conservation Investment Program (ERCIP) and provide technical and analytical support to develop and execute the USMC Energy Resilience Readiness Exercises (ERRE) Program.� Increased support under Task 1 is required to comply with Congressional statutes (i.e., 10 U.S. Code � 2911 and 10 U.S. Code � 2920) and Office of the Secretary of Defense (OSD), DoN, and USMC policies regarding energy security.� Specifically, under Task 1, GF-PW requires added support including additional technical, analytical, and administrative support to plan, develop, execute, and monitor USMC participation in DoD�s Energy Resilience and Conservation Investment Program (ERCIP); provide oversight of Energy Savings Performance Contracts (ESPC) and Utility Energy Service Contracts (UESC); and review and provide recommendations to update USMC Energy Projects Development Guidance to incorporate revised policy, new legislation, and Executive Orders and to clarify content and update supporting documents (e.g., Life Cycle Cost Analyses (LCCA)) with revised reference data. We expect to award the modification for the remaining period for the current Option Year 1, which has a Period of Performance of 30 APR 2024 to 29 APR 2025, and for the full 12-month periods of Option Years 2-4. Option Year 2 has a PoP of 30 APR 2025 to 29 APR 26; Option Year 3 has a PoP of 30 APR 26 to 29 APR 27; Option Year 4 has a PoP of 30 APR 2027 to 29 APR 28.� The modification consists of Firm Fixed Price (FFP) Contract Line Item (CLIN)for labor and a Cost Reimbursable (COST) CLIN for other direct costs and travel. The total estimated value of the contract modification is $8.5 million. This notice of intent is not a request for competitive quotes. However, in accordance with DFARS PGI206.302-1, any responsible sources interested in responding to this notice may submit their capabilities statement in writing to the contract specialist at roberto.a.lainez.ctr@usmc.mil or to the contracting officer at christina.e.neto@usmc.mil. NAICS: 541690 Other Scientific and Technical Consulting Services, Energy Consulting Services PSC: R706 Support- Management: Logistics Support
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/dc4162c53bc3427ab96bfc473d3ed0cf/view)
- Place of Performance
- Address: Quantico, VA 22134, USA
- Zip Code: 22134
- Country: USA
- Zip Code: 22134
- Record
- SN07244014-F 20241020/241018230100 (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 |