Renewable and Alternative Energy Power Production for DoD Installations

Size: px
Start display at page:

Download "Renewable and Alternative Energy Power Production for DoD Installations"

Transcription

1 Renewable and Alternative Energy Power Production for DoD Installations Tonju Butler Contracting Officer U.S. Army Engineering and Support Center, Huntsville 22 August 2012 US Army Corps of Engineers

2 Pre-Award Acquisition Team John Mayes Center Chief of Contracting Sharon Butler Division Chief Tonju Butler Procuring Contracting Officer Sarah Tierney Procuring Contract Specialist Earl Johnson Administrative Contracting Officer 2

3 Acquisition Approach NAICS , Other Electric Power Generation Small Business Size Standard A firm is considered a small business under this code if, including its affiliates, it is primarily engaged in the generation, transmission, and/or distribution of electric energy for sale and its total electric output for the preceding fiscal year did not exceed 4 million megawatt hours. Contract Type multiple indefinite delivery/indefinite quantity contracts; also known as the Multiple Award Task Order Contract (MATOC) Task orders (individual projects) will be competed among the MATOC holders, using the fair opportunity process, subject to ordering procedures outlined in Section A and Section H of the solicitation. The ordering procedures specify the circumstances for reserving a task order award for small businesses. 3

4 Acquisition Approach Ordering Period the length of time during which the Government may compete individual task orders Base period of three years, plus seven one-year option periods, for a total ordering period of ten years Performance Periods the length of each individual task order Up to 30 years Minimum Guarantee Government is under no obligation to issue any orders in excess of $ Maximum Contract Amount (sum of all task orders awarded) Will not exceed $7B over a period of ten years 4

5 On-Ramps & Off-Ramps At least every 18 months the Contracting Officer will evaluate the market to determine if it is in the Government s best interest to open a contract on-ramp or off-ramp On-Ramp Government will accept & evaluate new proposals Notification will be made via FedBizOpps May be used to qualify existing contract holders to propose on additional technologies New proposals will be subject to the same proposal instructions and evaluation criteria contained in original solicitation Off-Ramp Contracting Officer may remove firms with poor performance and may elect to remove firms that have not submitted any acceptable proposals for projects in which they were qualified Existing task orders will not be affected by on-ramps/off-ramps Procurement Sensitive 5

6 Source Selection- MATOC Basis of Award - Awards will be made to all responsible and qualified Offerors, both large and small businesses, whose proposals conform to the solicitation and are rated as acceptable. Evaluation Criteria: Factor 1: Corporate Technical/ Management Experience Factor 2: Financial Capability and Management Approach Factor 3: Past Performance Factor 4: Small Business Participation Factor 5: Price Small Business Subcontracting Plan - applies to large firms only and will be evaluated on a pass / fail basis prior to award Procurement Sensitive 6

7 Ordering Procedures Detailed ordering procedures in the solicitation (and will be included in the resultant contracts) specify the circumstances for reserving a task order for small businesses as follows: Energy Production Task Order Competition Caveats Greater than 12MW Unrestricted Competition None 4MW up to 12MW Less than 4MW The Contracting Officer will first consider reserving the Task Order for small businesses. The determination will examine the size of the project, the complexity of the project, and the level of financing required. Reserved for small businesses Before making the determination on a particular project, the Contracting Officer will request a letter of interest from all SB firms. If fewer than two responses are received, the Task Order will open for unrestricted competition. If no proposals are received, or if all proposals are technically unacceptable and/ or unreasonably priced, the Task Order will open for unrestricted competition. Procurement Sensitive 7

8 Source Selection- Task Orders Only those Offerors selected as qualified for a particular technology will be able to submit proposals for task orders utilizing that technology. Basis of Award May be tradeoff process or lowest price technically acceptable Typical Evaluation Criteria financial capability/durability, corporate technical experience, organizational/management approach, past performance, small business participation, potential impact on other orders already placed with the contractor and/or price. Typical timeframe for submitting proposals 30 to 60 days Procurement Sensitive 8

9 Overview of MATOC Solicitation Section L (Instructions to Offerors) and Section M (Evaluation Factors) 9

10 Section L Proposal shall be prepared clearly and concisely to demonstrate the Offeror has a complete understanding of requirements. Proposal Format Proposal Content Page Limitations Submission Requirements Communications: All questions shall be submitted via Bidder Inquiry in ProjNet in accordance with the instructions provided in the Executive Summary of the solicitation. 10

11 Evaluation Factors FACTOR 1: CORPORATE TECHNICAL/ MANAGEMENT EXPERIENCE Element A: Corporate Experience in the Development of Renewable Energy Production Projects Element B: Corporate Experience in Operating and Maintaining a Renewable Energy Production Facility under a Power Purchase Agreement or Similar Contract NOTE: Factor 1 will be evaluated first, and proposals rated as Unacceptable for this factor may be rejected without further evaluation and without discussions or any opportunity to revise the proposal. 11

12 Evaluation Factors FACTOR 2: FINANCIAL CAPABILITY AND MANAGEMENT APPROACH Element A: Ability to Obtain Required Capital or Obtain Required Financing at Competitive Rates Element B: Organizational/ Management Approach to Minimize Risk of Less than Satisfactory Experience 12

13 Evaluation Factors FACTOR 3: PAST PERFORMANCE Element A: Project Narratives/ References Element B: Past Performance Questionnaires NOTE: Past Performance Risk Assessment Questionnaire can be found at Section L, Attachment 1. These should be submitted with the Offeror s proposal, but it is acceptable for the Client to submit the questionnaire directly to the Government POCs instead. 13

14 Evaluation Factors FACTOR 4: SMALL BUSINESS PARTICIPATION Element A: Small Business Participation Plan NOTE: Small Business Participation Plan form can be found at Section L, Attachment 2. All percentages on this form should use the total contract value as a baseline. 14

15 Evaluation Factors FACTOR 5: PRICE Submission Requirements: -Standard Form 33 -Representations, Certifications, and Other Statements -Joint Venture/ Mentor Protégé Agreements & Approvals -Bankruptcy Statement -Maximum Rates NOTE: The maximum rates should be submitted on the excel spreadsheet identified in Section J. This spreadsheet is posted to FBO.gov as a separate attachment from the solicitation document. 15

16 Tips / Things to Remember 16

17 Questions Submit questions via the ProjNet website NLT 24 August Instructions are in the Executive Summary. Bidder Inquiry Key : O1A13I-WGR9HU Answers will be posted to FBO.gov & may result in amendments to the solicitation. ** No questions will be accepted via or by phone. Individual meetings with firms will not be scheduled. **All official information related to this acquisition will be posted to FBO.gov. 17

18 Milestone Schedule Sources Sought: July 2011 Draft Solicitation: March 2012 Final Solicitation: August 7, 2012 Proposals Due: October 5, 2012 Awards Anticipated: 2 nd Qtr FY13 18