SOLICITATION NOTICE
R -- Electricity Policy Analysis
- Notice Date
- 9/12/2005
- 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-05-00439
- Response Due
- 9/23/2005
- Archive Date
- 10/23/2005
- 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. This is a total small business set-aside. Request for quotation number RFQ-DC-05-00439 shall be referenced on any quotation. The solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2005-05. The NAICS and small business size standard for this project are 541620/$6.0 million. Only one award will result from this solicitation, via the issuance of a time-and-materials purchase order. STATEMENT OF WORK-Electricity Policy Analysis. I. 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, while others involve replacing carbon-intensive fuels with less-carbon-intensive fuels to generate energy. 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. On the supply side, a particularly cost-effective example of a clean, efficient distributed generation technology is combined heat & power (CHP). CHP offers power reliability and load distribution benefits to the already overtaxed U.S. power grid. Another group of technologies that offer promising emissions reduction benefits over conventional power technologies are renewable energy technologies. While offering substantial emissions reductions and economic benefits, these technologies 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. II. 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) and clean distributed generation (DG) 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 National Action Plan for Energy Efficiency 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. III. SCOPE. This statement of work involves two Tasks: (1) facilitating communication between the COR and the contractor by conducting kick-off and other regular meetings; and (2) conducting research and developing business case reports or other outreach products to demonstrate the cost-effectiveness of EE and clean DG investment strategies to utilities and regulators. 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. Deliverable - Kick-off Meeting, deadline - within 2 weeks of contract award. Deliverable - Monthly status meeting, deadline - the first week of each month thereafter. Task 2. Research and Development of Business Case Reports for EE and Clean DG Investments. 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 and clean DG investments exist. This is due in part to a lack of documented information about these benefits, as well as a lack of widespread valuation and measurement techniques. Another key barrier is that typical utility incentive structures reward utilities for maximizing their sales-thereby creating a disincentive to EE and DG. Under this task, the contractor will receive direction from the EPA COR to complete quick-turnaround research and analysis requests. The product of these requests may be used to support planning of business cases developed for National Action Plan for Energy Efficiency. This may include, but is not limited to, filling research requests on energy efficiency best practices and reviewing or preparing text for scoping papers. For budgeting purposes, the contractor should expect up to four (4) research requests of this nature. This task will also involve receiving direction from the EPA COR and the National Action Plan Leadership Group in scoping out and developing a series of up to four (4) business cases that pull together state-of-the-art information that documents the costs, benefits, and other issues surrounding EE and clean DG investments. Upon request from the COR, the contractor shall perform technical analysis of the actual or potential impact of a specific policy or program that has been proposed or is already being implemented. This may include, but is not limited to, studying electricity grid effects, including reduction in peak demand, reduction in grid congestion, effects on grid reliability, and/or effects on overall electricity cost to consumers. The audience for this analysis is mainly regulators and utilities, but will include other stakeholders. These analyses may involve independently collecting data, but may also involve working with state and regional partners to analyze existing data and survey existing programs. Upon receiving notification from the COR, along with additional background information about the specific analysis, the contractor shall develop a brief write-up that discusses the proposed approach to conduct the 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. These business case reports will be subject to expert review, and will likely be revised before finalizing these documents. Task 2. Schedule of Deliverables. Deliverable - Specific analysis/research tasks, deadline - on an as-needed basis, after receiving direction from the COR. Deliverable - First draft business case report, deadline - one month after kick-off meeting. Deliverable - final report, deadline - one week after receiving EPA and National Action Plan comments. Deliverable - Additional research/updates to report, deadline - upon request from the COR. The Contractor shall begin work on the additional business case reports upon receipt of technical direction from the EPA COR. Final report deliverables for the additional business cases are to be completed at a deadline to be determined which will be within one year from kick-off meeting. PERIOD OF PERFORMANCE: Date of award through one year. BASIS FOR AWARD: The Government will make award to the responsive, responsible firm, 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. For this requirement, all evaluation factors other than cost or price are of relative equal importance and are more important than cost or price. The Government will utilize the following evaluation criteria: 1) Technical Merit - The Government will evaluate each offeror's technical approach and 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 offeror should specify their intent and approach for 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 time and material basis. The Government's estimated level of effort for this requirement is approximately 920 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", 52.222-3 "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", 52.225-13 "Restrictions on Certain Foreign Purchases", and 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: Offerors shall provide a project plan (no more than 8 pages) that describes the Offeror's ability to satisfy the Government's requirements as set forth in the Statement of Work. In addition, Offerors shall submit a labor-hour quote by task, including indirect costs, and other direct costs (ODC's), including travel and a ceiling price for this requirement. Finally, Offerors shall provide a 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 roberson.denise@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/EDT, 09-23-05 to U.S. Environmental Protection Agency, 1200 Pennsylvania Avenue, NW, ATTN: Denise Roberson 3803R, Washington, DC 20460 via U.S. mail; or U.S. Environmental Protection Agency, Office of Acquisition Management, BID AND PROPOSAL ROOM, Mail Code 3802R, Ronald Reagan Building, 6th Floor, Room 61107, 1300 Pennsylvania Avenue, NW, Washington, DC 20004 via commercial delivery; or e-mail at roberson.denise@epa.gov. Electronic responses are preferred. Point of contact: Denise Roberson, Contract Specialist, Phone (202) 564-4899.
- Record
- SN00893180-W 20050914/050912212755 (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 |