Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2007 FBO #2018
MODIFICATION

S -- Retail Electric Provider (REP)

Notice Date
7/6/2006
 
Notice Type
Modification
 
NAICS
221122 — Electric Power Distribution
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
FA3002-06-R-0028
 
Response Due
7/20/2006
 
Point of Contact
Jerry Strubbe, Contracting Officer, Phone 210-652-2122, Fax 210-652-2304, - Deborah Aguirre, Contracting Officer, Phone 210-652-2122, Fax 210-652-2304,
 
E-Mail Address
jerry.strubbe@randolph.af.mil, debbie.aguirre@randolph.af.mil
 
Description
******** DUE DATE FOR RESPONSES IS EXTENDED TO 20 JUL 2006 AT 3PM CST *********** This is not a Request for proposal and the Government will not pay for any information requested in this Request For Information (RFI). Responses will be done at no cost to the Government. The government is contemplating a firm fixed price type of contract to fulfill this requirement. Initial research indicates this service is commercial in nature and we are soliciting beneficial commercial practices, terms and conditions for consideration. It will be the contractor’s responsibility to be familiar with applicable clauses and provisions in any resultant Request for Proposal and awarded contract. The Air Education and Training Command (AETC) is responsible for the management and operation of thirteen Air Force Bases located in several southern states. Three of AETC’s bases are located in the electrically deregulated part of Texas: Sheppard AFB near Wichita Falls, TX, Goodfellow AFB near San Angelo, TX, and Laughlin AFB near Del Rio, TX. These bases have an aggregated energy requirement of approximately 225,000 Megawatt Hours per year and a peak demand of approximately 45 Megawatts. For these bases, AETC is interested in developing an aggregated electric supply solution. AETC is considering the use of a special purpose Retail Electric Provider (REP). AETC believes that a special purpose REP will create opportunities for AETC to more economically manage its forward supply needs utilizing a portfolio purchasing method that will allow further opportunities for AETC to purchase a mix of generation types (traditional and renewable fuels), while lending flexibility for the purchase of unique renewable resources (i.e., solar, landfill gas, wind, municipal solid waste). Purchases of renewable energy resources are required under the provisions of the Energy Policy Act of 2005. To achieve these objectives AETC wishes to identify an Electric Reliability Council of Texas (ERCOT) market participant that is a registered Retail Electric Provider. As part of Market Research, this Request for Information (RFI) will be used to determine if there is more than one Retail Energy Provider (REP) capable of providing the services described above. Also, based on the responses to this RFI a determination of suitability for small business set aside will be made. The North American Industry System Code (NAICS) for this acquisition is 221122 with a maximum size standard for small business designation of 4 million megawatt hours per year. Once Market Research has been completed, the Request for Proposal (RFP) will be placed on the Federal Business Opportunities website http://www.fedbizopps.gov. It will be the responsibility of prospective offerors’ to check this site regularly for any postings or changes. Prospective offerors’ must be registered in the DoD Central Contracting Registration (CCR) and must be qualified to perform in the correct NAICS code as aforementioned. Registration may be accomplished at http://www.ccr.gov. All responsible businesses, including small businesses, are encouraged to respond to this RFI. All prospective offerors’ shall indicate their size standard (large business, small business, 8a, HUBZone, SDB/8(a), SD-VOSB, VOSB, WOSB, etc.) when replying to this RFI. Provide a single point-of-contact to include an e-mail address, your Federal Cage Code, and your Data Universal Numbering System (DUNS) number. In your response briefly describe your company, years of experience in the Texas market as an REP, number of employees, and the physical locations of (i) your main offices, (ii) your REP operations, (iii) your QSE operations, and (iv) your back office services. Please provide answers for each of the following, utilizing the existing numbering scheme for each response, and limiting your total response for this RFI to no more than fifteen (15) pages: 1. Describe your level of activity with respect to serving retail load in ERCOT. Provide the following information for each of the past three years using an effective date of April 1 for each year: a. the number of meters b. the number of customers c. total annual load (MWHrs) 2. Describe your experience and ability to originate long term purchase agreements off of generation assets 3. Describe your experience in serving customer load requirements via portfolio purchases and load shaping. 4. Have you prepared any strategic supply plans for portfolio purchases? What were the key sections of those plans? 5. Describe your process for creating a special purpose REP for the AETC. What problems do you anticipate? 6. Please identify for each of the following functions what software system you are utilizing and whether each system is self owned and proprietary, leased from third party (who and what), or purchased (from whom). a. Retail Load Pricing System b. Load Forecasting c. EDI system used for communication with Transmission and Distribution Service Providers (TDSP) and ERCOT. d. Billing System e. Accounting System f. Describe your software systems, if any, for operating as a QSE 7. Describe the ancillary benefits that will be made available to the AETC, such as key market data for ERCOT. Can you provide on-line web based real time energy consumption information? 8. From your perspective what are the advantages and/or disadvantages of having the AETC’s REP be certified as a QSE. What level of certification would be the most advantageous? 9. Describe the credit resources available to your company. For this effort what is your suggested minimum credit position? State your willingness/ability to provide a parental guarantee of performance. 10. State the minimum time required to make these REP services available to serve AETC needs after contract award. 11. What other corporate attributes would you consider significant in our understanding the capabilities of a REP to serve the AETC bases? 12. Will you be able to provide pricing for the electrical service for the bases with your proposal? If not, why not? 13. Will you be able to indicate who you will be subcontracting with when you submit your proposal? If not, why not? 14. Large businesses will be required to provide a small business subcontracting plan indicating whether or not they can meet minimum subcontracting goals (23% of subcontracts to small businesses, 3% to service-disabled veteran-owned small businesses, 5% to small disadvantaged businesses, 5% to woman-owned small businesses and 3% to Historically Underutilized Business Zones (HUBZone) small businesses). If you are a large business under NAICS 221122 will you be able to meet these goals? If not, why not? 15. What type(s) of contract vehicles do you use for providing utilities and services? What type of contract is preferable for this type of acquisition? 16. Have you used the Department of Defense web-based invoicing system (Wide Area Workflow, https://wawf.eb.mil/)? Are you aware of any specific problems with using this system for this contract? 17. Would you prefer a contract with a ten (10) year period of performance or an indefinite term contract (indefinite term contract means a month-to-month contract for utility services that may be terminated by the Government upon proper notice)? Responses are due NLT 3:00PM CST on 6 Jul 2006. Any responses received after this date may not be considered. Any response to this RFI submitted by a prospective offeror shall be submitted at no cost to the Government and the Government is in no way obligated by the information received. Any question(s) MUST be directed to BOTH: jerry.strubbe@randolph.af.mil and debbie.aguirre@randolph.af.mil E-mail is the acceptable means for submittal, questions or inquires. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-JUL-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 04-JUN-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-06-R-0028/listing.html)
 
Record
SN01310118-F 20070606/070604221756 (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.