Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2005 FBO #1469
SOLICITATION NOTICE

B -- Energy Efficiency Policy and Best Practices Analysis and Outreach

Notice Date
12/2/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Administrative Contract Service Center, 1200 Pennsylvania Avenue, Nw, Washington, DC 20460
 
ZIP Code
20460
 
Solicitation Number
RFQ-DC-06-00076
 
Response Due
12/27/2005
 
Archive Date
1/27/2006
 
Description
NAICS Code: 541620 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, and Subpart 13.106 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Request for quotation number RFQ-DC-06-00074 shall be referenced on any quotation. The solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2006-06. This procurement is being solicited on a total small business set-aside basis. The NAICS and small business size standard for this project are 541620/$6.0 million. More than one contract may be awarded from this RFQ, via the issuance of a fixed price purchase order. STATEMENT OF WORK: Energy Efficiency Policy and Best Practices Analysis and Outreach - BACKGROUND: There are significant cost-effective opportunities to reduce emissions from the electricity sector. Some opportunities arise from improving the efficiency of electricity use and supply. EPA's Climate Protection Partnership Division and Energy STAR program exists to promote these opportunities, but continues to experience disincentives and other barriers in the electricity policy arena as the program seeks to increase energy efficiency. End-use energy efficiency opportunities are widespread with residential, commercial and industrial customers. While offering substantial emissions reductions and economic benefits, energy efficiency technologies and approaches have not been implemented on a wide scale in the U.S. because of financial, informational, and institutional barriers. A major part of this requirement deals with assessing the opportunities for addressing regulatory and informational barriers, and undertaking program activities to overcome the identified barriers. OBJECTIVES: The objective of this statement of work is to provide technical support to the Climate Protection Partnerships Division in conducting research, financial and technical analysis and outreach on effective business cases for cost-effective utility investment in energy efficiency (EE) as a strategy to lower natural gas prices, increase system reliability, and mitigate the environmental impacts of energy. This statement of work will involve implementing support for, among other things, a new effort called the Energy Efficiency Action Plan, which will bring together leaders from the utility industry, state and federal agencies, and other stakeholders to develop solutions that increase support for EE and clean DG. A description of the National Action Plan is attached to this SOW as Attachment A for additional background. SCOPE: This statement of work involves four Tasks: (1) facilitating communication between the COR and the contractor by conducting kick-off and other regular meetings; (2) conducting research and developing business case reports to address utility incentives and decoupling policies; (3) conducting research and developing business case reports to address rate design approaches that maximize cost-effective energy efficiency; and (4) conducting research, analysis and documentation of "best practice" model energy efficiency (EE) programs in a variety of end-use sectors and portfolio approaches. Task 1. Communication: The contractor shall attend a kick-off meeting by phone with the COR and other experts at EPA. In addition to the kick-off meeting, the contractor should plan on monthly status calls with the COR to provide updates on research and analyses, as well as budget and other issues as they arise. Task 1 Schedule of Deliverables: Kick-off meeting - Within 2 weeks of contract award, Monthly status meetings - The first week of each month thereafter Task 2. Research and Development of Business Case Reports for Utility Incentives and Decoupling Policies Energy efficiency and clean DG have been shown to increase system reliability, reduce peak power demand, reduce consumer energy bills, and reduce environmental impacts. However, despite these proven benefits, a significant amount of cost-effective EE investments exist. This is due in part to a key barrier: typical utility incentive structures reward utilities for maximizing their sales-thereby creating a disincentive to EE. Under this task, the contractor will receive direction from the EPA COR to complete research and analysis requests. The product of these requests may be used to support planning of business cases developed for Energy Efficiency Action Plan. This may include, but is not limited to, conducting research on existing and planned utility decoupling/incentive policy efforts, developing hypothetical decoupling and incentive scenarios that analyze financial outcomes for different utility types (public, private, restructured, regulated, etc.) and reviewing or preparing text for business case reports. For budgeting purposes, the contractor should expect up to five (5) research requests resulting in 10-12 page reports with technical appendices. Upon receiving notification from the COR, along with additional background information about the specific analysis or report, the contractor shall develop a brief write-up that discusses the proposed approach to develop the report or analysis. After COR review and approval of the approach, the contractor shall conduct the research and develop a report that discusses the results of the research, including lessons learned and recommendations for next steps. Task 3. Research and Development of Business Case Reports for Rate Design Strategies to Increase Cost-Effective Energy Efficiency. Another key barrier to advancing cost-effective energy efficiency is the failure of customers to see the actual utility costs to provide them with electricity. Some regions are successfully using rate designs such as time-of-use or seasonal rates to more accurately reflect the cost of providing electricity and to encourage customers to consume less energy. Under this task, the Contractor shall collect, review and document lessons learned from a variety of time-of-use and other time dependent pricing experiences; develop business cases for rate design strategies; and recommend strategies that encourage greater use of energy efficiency. For budgeting purposes, the contractor should expect up to four (4) research requests resulting in 10-12 page reports with technical appendices. Upon receiving notification from the COR, along with additional background information about the specific analysis or report, the contractor shall develop a brief write-up that discusses the proposed approach to develop the report or analysis. After COR review and approval of the approach, the contractor shall conduct the research and develop a report that discusses the results of the research, including lessons learned and recommendations for next steps. Task 4. Research and Documentation of "Best Practice" Energy Efficiency Program Efforts. Another key barrier given for slow adoption of energy efficiency is a lack of knowledge about the most effective and cost-effective energy efficiency program options. However, many states and utilities are successfully operating energy efficiency programs across end-use sectors and customer classes including residential, commercial, industrial, low-income, and small business. These programs employ a variety of approaches, including: providing public information and training, offering financing and financial incentives, allowing energy savings bidding, and engaging performance contracting. Under this Task, the Contractor shall collect, review, and document best practices for operating successful energy efficiency programs at a portfolio level -- addressing issues such as assessing energy efficiency potential, screening energy efficiency programs for cost-effectiveness, and developing a portfolio of approaches. They shall also collect, review and document best practices for successful energy efficiency programs across end-use sectors, customer classes, and a broad set of approaches. Finally, Contractor shall document the political and administrative factors that lead to program success. For budgeting purposes, the contractor should expect up to ten (10) reports of 4-8 pages each documenting key EE programs. Upon receiving notification from the COR, along with additional background information about the specific analysis or report, the contractor shall develop a brief write-up that discusses the proposed approach to develop the report or analysis. After COR review and approval of the approach, the contractor shall conduct the research and develop a report that discusses the results of the research, including lessons learned and recommendations for next steps. Tasks 2-4 Schedule of Deliverables. Specific analysis/research tasks - On an as-needed basis, after receiving direction from the COR. Draft reports - 3 weeks after receiving direction from COR, Final report - One week after receiving EPA comments, Additional research/updates to report - Upon request from the COR. PERIOD OF PERFORMANCE: Date of award through September 30, 2006. BASIS FOR AWARD: The Government will make award to the responsive, responsible firm(s), whose quotation is most advantageous to the Government, price and other factors considered. This is a best-value procurement. The Government may or may not award to the low price quotation. All evaluation factors other than Cost-Price, when combined, are considered to be of greater importance than Cost-Price. The Government reserves the right to award each task separately. In addition, more than one award may be made for each task. The Government will utilize the evaluation criteria identified below, listed in descending order of importance, during the evaluation of responses received to this Request for Quotation. 1. Technical Merit-The Government will evaluate the offeror's technical approach and the level of knowledge demonstrated, including an understanding of EPA's requirements. 2. Past Experience Performing Similar Work-The Government will evaluate the offeror's related experience performing analysis and conducting research for government and electric utility clients, among others. 3. Personnel-The Government will evaluate the quality of the proposed labor mix and level of effort. Each proposal must specify the intent and approach to using subcontractors. 4. Cost-Price -The Government will evaluate the total expected cost of performing this work. The Government anticipates award of a purchase order on a fixed price basis. The Government's estimated level of effort for this requirement is approximately 1550 hours. The provision at FAR 52.212-1 "Instructions to Offerors-Commercial" applies to this acquisition. Offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications - Commercial Items" with their response. The following FAR clauses also apply: 52.212-4 -"Contract Terms and Conditions - Commercial Items", 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items", with the following clauses cited in 52.212-5 being applicable to this acquisition: 52.219-6 "Notice of Total Small Business Set-Aside", 52.219-14 "Limitations on Subcontracting", 52.222-3 "Convict Labor", 52.222-21 "Prohibition of Segregated Facilities", 52.222-26 "Equal Opportunity", 52.222-35 "Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans", 52.222-36 "Affirmative Action for Workers with Disabilities", 52.222-37 "Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans", 52.222.41 "Service Contract Act of 1965, As Amended", 52.222-42 "Statement of Equivalent Rates for Federal Hires", 52.225-1, "Buy American Act-Supplies", 52.225-13 "Restrictions on Certain Foreign Purchases", 52.232-33 "Payment of Electronic Funds Transfer - Central Contractor Registration", and 52.232.34 "Payment by Electronic Funds Transfer-Other than Central Contractor Registration". The aforementioned provision and clauses can be accessed electronically at http://www.arnet.gov/far and http://www.gsa.gov/far. Prospective sources are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database. SUBMISSION REQUIREMENTS FOR THIS REQUEST FOR QUOTATION: Each offeror shall submit (1) one electronic copy of their Quotation or (2) two original copies of their Quotation, which shall include the following: 1) Project Plan - (no more than 8 pages in length) describing the offeror's ability to satisfy the Government's requirements as set forth in the Statement of Work. 2) Resumes of Key Personnel - (no more than 2 pages in length per person) 3) Past Experience - Offerors shall identify up to (2) two contracts the offeror has recently performed (within the last 3years), that are similar in nature to this contract. Offerors should also include a brief description of the work, scope, and responsibilities. 4) Pricing Information - The offeror shall provide, in writing, a detailed price quotation to include proposed amounts for any indirect costs and other direct costs, including travel. 5) Completed FAR 52.212-3. All questions concerning this RFQ must be submitted in writing and faxed to (202) 565-2554 or e-mailed to humphrey.nicole@epa.gov. No telephonic response to this solicitation will be accepted. Due date for receipt of responses to this RFQ will be 4:30 PM/EST, 12/19/05 to U.S. Environmental Protection Agency, 1200 Pennsylvania Avenue, NW, ATTN: Nicole Humphrey 3803R, Washington, DC 20460 via U.S. Mail; or to U.S. Environmental Protection Agency, ATTN: Nicole Humphrey, 1300 Pennsylvania Avenue, NW, Reagan Building Room 71279, Washington, DC 20004 via commercial delivery; or e-mail at humphrey.nicole@epa.gov. Electronic responses are preferred. Point of contact: Nicole Humphrey, Contract Specialist, Phone (202) 564-4379.
 
Record
SN00943862-W 20051204/051202212254 (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  © 1994-2020, Loren Data Corp.