Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2004 FBO #0856
MODIFICATION

R -- Data Collection and Tariff Analysis-Energy

Notice Date
3/29/2004
 
Notice Type
Modification
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Energy Support Center, 8725 John J. Kingman Road, Fort Belvoir, VA, 22060-6222
 
ZIP Code
22060-6222
 
Solicitation Number
Reference-Number-DESCAdministrativeSupportServices
 
Response Due
4/6/2004
 
Archive Date
4/21/2004
 
Point of Contact
Dee Blocker, Contract Specialist, Phone 703 767-8556, Fax 703 767-8757,
 
E-Mail Address
Dee.Blocker@dla.mil
 
Description
NOTE: POC Phone Number is (703)767-9412 vice (703)767-8556. This is only a sources sought synopsis. The Internal Support Division at The Defense Logistics Agency, Defense Energy Support Center at Fort Belvoir, VA is seeking potential sources capable of providing the following: (1) Data collection for twelve consecutive months of consumption for all identified accounts in the smallest available increment from the utility (2) tariff analysis of all relevant details of an individual account resulting in a firm fixed rate (price to compare/price to beat) that the account is actually being charged by the utility. The rate determined will be used as a basis for award under competitive electricity procurements. The contemplated scope includes but is not limited to: retrieval and presentation of data to include all load details provided by the utility in a usable spreadsheet format. All data shall be extracted directly from the host utility. It is anticipated that consumption data will be required for all accounts and tariff analysis on half of the accounts. The minimum number of accounts is approximated at 100 with a total not expected to exceed 600. Typical account data can be reviewed at the following website: www.desc.dla.mil, click on Solicitations then Energy Products and Services for Government Installations (Electricity) and viewing any of the solicitations ?viewable or additional? documents. The NAICS code for this effort is 541690. Interested sources should provide a letter of interest with a capabilities package (no more than 15 pages in length, 12-point font minimum) demonstrating ability to perform the services listed above. Potential Sources may submit resumes/personnel information, which will not be counted in the 15-page limitation cited in the proceeding sentence. It is highly encouraged that packages be submitted electronically to the Dee Blocker, Contract Specialist in Microsoft Word Format or Portable Document Format (PDF) at the following Website: desc.aiteam@dla.mil. Alternatively, the package may be sent by mail to the following address: Defense Logistics Agency, Logistics Operations, Defense Energy Support Center, 8725 John J. Kingman Road, Fort Belvoir, VA 22060-6222. Submissions must be received at the office cited in the preceding sentence no later than 3:00 p.m. Eastern Standard Time on 6 April, 2004. The letter of interest should include, at a minimum, the following information: 1) Name and address of the firm; 2) Size of business; 3) Ownership; 4) Year firm established; 5) Names of two principals to contact, including title and telephone number; 6) Company profile to include number of employees, annual revenue history, office locations, DUNs number, if 8(a), date of acceptance into Small Business Administration 8(a) program and anticipated graduation date; 7) Resources available such as corporate management and currently-employed personnel to be assigned to the project to include professional qualifications and specific experience of such personnel; 8) Management approach to staffing this effort with qualified personnel. The staffing plan should address current hires that would be available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel; 9) A description of previous experience that demonstrates your firm's ability to effectively manage or perform a contract similar in size and complexity to this requirement. Please include pertinent information for on-going contract or contracts completed within the last five years, and identify any, which were under NAICS code 541690. Pertinent information is: a) Name of Contracting Activity; b) Contract Number; c) Contract Type(FFP, Cost, IDIQ, or combination); d) Period of Performance, Total Contract Value, and Total Dollar Value under the Contract that the firm was actually responsible for under this NAICS Code; e) Summary of contract work; f) Contracting Officer's name and current telephone number; g) Contracting Officer's Technical Representative (name and current telephone number); h) List of major subcontractors including name, address, and telephone number of primary points of contact. If you are a small business that does not have the requisite experience to manage or perform a multi-function Warehouse and Material Control Support Services Contract, please describe your approach to teaming or possible joint-venture arrangements that together demonstrate the potential to perform a contract of this size and complexity. While the Government acknowledges that many companies have the capability to perform any one or even several functions, the Government expects to contract with a firm that has the overall capability to manage this effort, including critical services. If sufficient interest is not received, the Government reserves the right to determine the appropriate procurement method, and the resulting solicitation may be issued unrestricted. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized. It is the potential offeror's responsibility to monitor these sites for release of any solicitation or synopsis. Telephone inquires will not be accepted. This synopsis is for informational and planning purposes only, and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. All information submitted is at the offeror's own expense. Respondents will not be contacted regarding their submission or information gathered as a result of this notice. Respondents will not be notified about the outcome of the Government's review of the solicited information. Failure to respond to this sources sought synopsis does not mean that a firm cannot respond to a solicitation at a later date. Please direct any question or concerns to the Contracting Officer for this action: Margot Haycook or Contract Specialist, Dee Blocker at desc.aiteam@dla.mil. We look forward to receiving your responses and welcome your feedback.
 
Place of Performance
Address: Information Would Be Gathered At Various Utility Locations.
Country: USA
 
Record
SN00555738-W 20040331/040329211604 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.