-
Posts
3,516 -
Joined
-
Days Won
3
Everything posted by Luke_Wilbur
-
ARRA Provisions in the National Energy Modeling System Weatherization, Assisted Housing, and Energy Efficiency and Conservation Block Grants ARRA allocates a total of $9.45 billion to weatherize and/or increase the energy efficiency of low-income housing and assist local governments in implementing energy efficiency programs. In NEMS, this increase in funding results in the weatherization of about three million homes over the next 2 years. Energy savings estimates for the increased investment in weatherization for heating and cooling are based on Oak Ridge National Laboratory’s analysis of the impacts of weatherization programs and their persistence for 20 years. The regional impact of the increase in funding is based on the Department of Energy’s State allocation formula.4 State Energy Program ARRA allocates $3.1 billion for States to implement or enhance energy efficiency programs. While the money can be spent on a variety of programs, the ARRA specifically mentions the adoption of building codes, specifically the International Energy Conservation Code (IECC) 2009. To account for the impact of this funding in NEMS, it is assumed that States will adopt and enforce the IECC 2006 code by 2011, while adopting and enforcing the IECC 2009 code by 2018. Likewise, States are assumed to adopt and enforce the ASHRAE 90.1-2007 standard by 2018 for non-residential construction. States and local governments are also assumed to use lower hurdle rates (specifically the 10-year Treasury bill rate) when purchasing energy-using equipment for government-owned facilities during years when ARRA funding is available. Plug-in Hybrid and Electric Vehicle Tax Credits ARRA contains several changes to the plug-in hybrid electric vehicle (PHEV) tax credit originally included in the Energy Improvement and Extension Act of 2008 that have been included in the updated reference case. For example, ARRA allows a $2,500 tax credit for the purchase of qualified PHEVs with a battery capacity of at least 4 kilowatthours. Starting at a battery capacity of 5 kilowatthours, PHEVs earn an additional $417 per kilowatthour battery credit up to a maximum of $5,000. The maximum total PHEV credit that can be earned is capped at $7,500 per vehicle. The PHEV tax credit eligibility and phase-out are specific to an individual vehicle manufacturer. The credits are phased out once cumulative sales of qualified vehicles reach 200,000 vehicles. The phase-out period begins two calendar quarters after the first date in which a manufacturer’s sales reach the cumulative sales maximum after December 31, 2009. The credit is reduced to 50 percent of the total value for the first two calendar quarters of the phase-out period and then to 25 percent for the third and forth calendar quarters before being phased out entirely thereafter. The credit applies to vehicles with a gross vehicle weight rating of less than 14,000 pounds. AARA also allows a tax credit of 10 percent against the cost of a qualified plug-in allelectric vehicle with a battery capacity of at least 4 kilowatthours. This credit is subject to the same phase-out schedule as PHEVs. Updated Tax Credits for Renewables Prior to the passage of ARRA, the production tax credit (PTC) for certain renewable technologies was to expire on January 1, 2010. ARRA extended this date to January 1, 2013, for wind and January 1, 2014, for all other eligible renewable resources. In addition, ARRA allows companies to choose an investment tax credit (ITC) of 30 percent in lieu of the PTC and allows for a grant in lieu of this credit to be funded by the U.S. Treasury. Under most circumstances for most technologies, the full PTC would appear to be more valuable than the 30 percent ITC; however, the difference is often small. A recent report from the National Renewable Energy Laboratory5 suggests that qualitative factors, such as the lack of partners with sufficient tax liability, may cause companies to favor the ITC grant option in the current economic environment. As a result, in this analysis it has been assumed that eligible renewable technologies will select the ITC grant option. Loan Guarantees for Renewables, Biofuels, and Transmission Projects ARRA provides $6 billion to pay the cost of guarantees for loans authorized by the Energy Policy Act of 2005. The purpose of these loan guarantees is to stimulate the deployment of conventional renewable and transmission technologies and innovative biofuels technologies. However, to qualify eligible projects must be under construction by September 30, 2011, meaning that longer-term projects that are not already progressing are unlikely to be able to qualify. The face value of the loans that may be guaranteed by this appropriation will depend on the subsidy costs assigned to the projects that are eventually selected. For example, if the average subsidy cost were 10 percent of the face value of the loans, the $6 billion appropriated would support loan guarantees on $60 billion worth of debt financing. This provision has been represented by lowering the cost of financing by 2 percentage points for all eligible renewable projects brought on by 2015. The 2015 date, 4 years after the September 30, 2011, start of construction cutoff date, was chosen to allow for the construction period associated with most renewable generating technologies. A different approach was taken to represent the possible impacts on innovative biofuel projects. It was assumed that the availability of loan guarantees would allow certain identified projects to be built that would otherwise not proceed under the current financial climate facing the industry. In the AEO2009 reference case, with assumptions developed prior to the current economic downturn, domestic cellulosic ethanol production was projected to reach 150 million gallons in 2012. However, a review of projects proceeding towards construction, suggests that, without assistance, only about 74 million gallons of domestic cellulosic ethanol production capacity will be built by 2012, because financing for these developers has become extremely difficult to obtain and some projects have been canceled. With the loan guarantees arising from the stimulus package, it is assumed that the 2012 production rises back to about 110 to 170 million gallons, with additional capacity additions occurring under the same financing structure as in AEO2009. Support for CCS ARRA provides $3.4 billion for additional research and development on fossil energy technologies. A portion of this funding is expected to be used to fund projects under the Clean Coal Power Initiative program, focusing on projects that capture and sequester greenhouse gases. To reflect the impact of this provision, the updated reference case assumes that an additional 1 gigawatt of coal capacity with CCS will be stimulated by 2017. Smart Grid Expenditures ARRA provides $4.5 billion for smart grid demonstration projects. While somewhat difficult to define, smart grid technologies generally include a wide array of measurement, communications, and control equipment employed throughout the transmission and distribution system that will enable real-time monitoring of the production, flow, and use of power from generator to consumer. Among other things once deployed, these smart grid technologies are expected to enable more efficient use of the transmission and distribution grid, lower line losses, facilitate greater use of renewables, and provide information to utilities and their customers that will lead to greater investment in energy efficiency and reduced peak load demands. The funds provided will not fund a widespread implementation of smart grid technologies. In July 20046 the Electric Power Research Institute (EPRI) estimated that full deployment would cost $165 billion. However, successful deployment of several demonstration projects could stimulate more rapid investment than would otherwise occur. Several changes were made throughout the NEMS to represent the impacts of the smart grid funding provided in ARRA. In the electricity module, it was assumed that line losses would fall slightly, peak loads would fall as customers shifted their usage patterns, and customers would be more responsive to pricing signals. In a 2008 report, EPRI7 estimated that smart grid technologies could reduce line losses in 2030 by between 3.5 and 28.0 billion kilowatthours.8 Historically, line losses, expressed as the percentage of electricity lost, have been falling for many years as utilities make investments to replace aging or failing equipment. This trend was incorporated in the AEO2009 reference case, which assumed that line losses would fall from roughly 6.9 percent in 2008 to 5.7 percent in 2030. In the updated reference case, it is assumed that the Federal expenditures on smart grid technologies will stimulate further efforts to lower losses, reducing them by an additional 10 to15 billion kilowatthours, roughly one-third the maximum EPRI estimate. In the same EPRI report, it was also estimated that smart grid technologies had the potential to reduce peak demand by 5 percent in 2030 through the increased deployment of demand response programs. In the updated reference case, it is assumed that the Federal expenditures on smart grid technologies will stimulate efforts that reduce peak demand in 2030 by 1 percent from what they otherwise would be. Load is shifted to offpeak hours, so net energy consumed remains largely constant. It was also assumed that increased investment in smart grid technologies, particularly smart meters on buildings and homes, would make consumers more responsive to electricity price changes. To represent this, the price elasticity of demand for residential and commercial electricity was increased for certain uses.
-
I was watching Frontline the other night and now I am no longer going to drink any water that comes from the Potomac River.
-
A little old new, but good insight nonetheless
-
The Department of Energy (DOE) announces its intent to issue a competitive Funding Opportunity Announcement (FOA) to solicit applications for grants for the Smart Grid Investment Grant Program (SGIG). The Smart Grid Investment Grant Program was originally authorized by Section 1306 of the Energy Independence and Security Act of 2007 (EISA; Public Law 110-140) and later modified by the American Recovery and Reinvestment Act of 2009 (Recovery Act; Public Law 111-5). The purpose of the program is to gain the improvements in cost and performance that will come from the deployment of smart grid technology. The program will provide federal assistance to cover up to fifty percent of investments by electric utilities and other entities for projects that promote the goal of deployment, including development of component technologies. These investments will help implement the necessary digital upgrades to the electric grid enabling it to work more efficiently, as well as making it capable to effectively integrate renewable and energy efficient technologies and demand management practices. In addition to promoting grid modernization, the program will also provide a stimulus to the nation with respect to expanding economic opportunities, creating jobs for American workers, and increasing worker skills. The Research and Development (R&D) Division within DOE’s Office of Electricity Delivery and Energy Reliability (OE) will implement the Smart Grid Investment Grant Program. The program will apply a competitive, merit-based approach for providing funds to organizations for qualifying smart grid investment projects to advance smart grid functions. In addition to providing funds for smart grid projects, DOE will allocate a portion of the funds for projects that deploy Phasor Measurement Unit (PMU) technology within the transmission system infrastructure. DOE desires to evaluate the cost-effectiveness and other benefits of deployed smart grid technology. Therefore, applicants will be required to collect data that will enable quantitative evaluation of the benefits of the technology. DOE will apply an analytical approach that will be further elucidated within the subsequent formal solicitation for this grant program. Wherever possible, the key variable should be applied using a randomized control trial design. For example, in the case of smart meters the most important data is hour by hour consumption. To determine differences based on pricing mechanisms, the pricing should be assigned randomly (e.g. by lottery); to compare real time usage will require smart meters for both experimental and control groups. Projects should endeavor to include commercial and industrial accounts. This will allow for a “gold standard” evaluation of whether projects achieve their stated goals.
-
DISTRICT OF COLUMBIA Prachee J. Devadas President & CEO Synergy Enterprises, Inc. and 8757 Georgia Avenue, Suite Silver Spring, MD 20910 (240) 485-1700 E-Mail: pdevadas@sei2003.com
-
Dodd, Schumer Call on Federal Reserve to Impose Emergency Freeze on Credit Card Rates Senators Urge Regulators to Speed Up Rule that Would Stop Companies from Hiking Rates on Existing Balances On the same day President Obama summoned the country’s major credit card issuers to the White House to discuss reforming their practices, U.S. Senators Charles E. Schumer (D-NY) and Senate Banking Chairman Christopher Dodd (D-CT) called on federal regulators to implement an emergency freeze on interest rates tied to existing balances on credit cards. In a letter to Federal Reserve Chairman Ben Bernanke and other regulators, Schumer and Dodd noted that the Fed has already issued a new regulatory rule that would ban the practice of retroactively raising the interest rates on existing credit-card balances. But the Senators noted that the rule is not scheduled to take effect until July 2010, giving companies more than a year to hike rates on consumers preemptively to get under the deadline. Both Senators said they have heard complaints from constituents who have seen their rates double or even triple almost overnight and without explanation. Schumer and Dodd said the Fed should invoke its emergency powers to make the rule effective immediately. "Over the past year, the Federal Reserve has cited the financial crisis as one of the reasons for acting quickly to implement new lending facilities and programs to protect financial institutions. It is long past time for the regulatory agencies to act with the same sense of urgency to protect consumers from the behavior of those same financial companies," the senators wrote. Under Dodd's leadership, the Senate Banking Committee has approved a strong credit card bill that would incorporate and go beyond many of the Fed’s planned rule changes and implement them sooner than currently proposed by the Fed. Rep. Carolyn Maloney has sponsored a related bill on the House side, where it won approval from the House Financial Services Committee earlier this week. A copy of Schumer and Dodd's letter appears below.
-
Leaders of national and Connecticut-based consumer organizations today lauded comprehensive legislation passed by the Senate Banking Committee to curb predatory credit card lending practices. The groups praised committee Chairman and bill sponsor Christopher Dodd for his strong efforts to enact the legislation. Introduced by Chairman Dodd and 18 co-sponsors, the Credit Card Accountability Responsibility and Disclosure (CARD) Act would ban a number of practices that credit card issuers have used to unjustifiably increase interest rates, fees and other charges. It passed the Senate Banking Committee yesterday, moving to the Senate Floor for a final vote. “We know that there is a battle ahead to preserve the strong consumer protection standards in this legislation, but we are ready for the challenge and grateful that Senator Dodd is with us in fighting the unfair, anti-consumer practices of credit card companies,” said Linda Sherry, director of national priorities for Consumer Action. “This is the first time ever the Senate has moved legislation to rein in abusive credit card practices,” said Travis Plunkett, legislative director of the Consumer Federation of America. “We applaud Senator Dodd for his efforts to pass this sweeping bill in the face of strong opposition from the credit card industry.” The Federal Reserve Board issued rules to stop unfair credit card practices, giving the industry until July 1, 2010, to implement the new practices. A number of major card issuers are now increasing fees and interest rates on millions of Americans before the new rules take effect. The House of Representatives passed legislation last year that was similar to the Federal Reserve Rules and is likely to do so again this year. The Credit CARD Act has a number of protections that extend beyond those of the Federal Reserve rules and House legislation. It requires credit card companies to stop: Applying unfair interest rate hikes retroactively to balances incurred under the old rate. Hitting consumers with high penalty fees that are not related to the costs that credit card companies incur. Assessing hidden and unjustified interest charges on balances already paid off. Piling on the debt that consumers owe by requiring them to pay off balances with lower interest rates before those with higher rates. Offering credit to students and young consumers without considering their ability to repay the loan. “Senator Dodd’s bill picks up where the Fed’s rules leave off, protecting all Americans from unjustified or excessive fees and stopping retroactive interest rate hikes that only bury struggling families in insurmountable debt,” said Lauren Saunders, Managing Attorney at the National Consumer Law Center. “This bill will put the force of law behind the Federal Reserve’s new rules, and will protect consumers by strengthening these reforms,” said Pam Banks, senior attorney for Consumers Union. “Credit card lenders are trying to take advantage of the fact that the Federal Reserve’s rules don’t go into effect until 2010 by maximizing short-term income from credit card interest payments, even if the consequences are harmful to their own customers.” “The CARD Act recognizes that credit card companies target unsuspecting college students for overpriced credit cards even when they don’t have jobs or an ability to repay,” said Ilicia Balaban of ConnPIRG. “The bill requires them to treat students like they are supposed to treat other consumers, fairly.”
-
Chairman Henry A. Waxman of the Energy and Commerce Committee and Chairman Edward J. Markey of the Energy and Environment Subcommittee announced that the Energy and Commerce Committee will hold four days of legislative hearings on the discussion draft of "The American Clean Energy and Security Act of 2009." This hearing was the first in of hold four days of legislative hearings on the discussion draft of “The American Clean Energy and Security Act of 2009.” The hearings will examine the views of the Administration and a broad range of stakeholders on the discussion draft.
-
RECOVERY: Construction Management Support Services, US Department of Homeland Security (DHS) Headquarters Program – St. Elizabeths Campus, Washington, DC Solicitation Number: GS11P09MKD0053 Agency: General Services Administration Office: Public Buildings Service (PBS) Location: Property Development Division (WPC) -------------------------------------------------------------------------------- Notice Type: Presolicitation Original Posted Date: March 23, 2009 Posted Date: April 21, 2009 Response Date: Jun 01, 2009 3:00 pm Original Response Date: Jun 01, 2009 3:00 pm Eastern Archiving Policy: Manual Archive Original Archive Date: - Archive Date: - Original Set Aside: N/A Set Aside: N/A Classification Code: R -- Professional, administrative, and management support services NAICS Code: 236 -- Construction of Buildings/236220 -- Commercial and Institutional Building Construction -------------------------------------------------------------------------------- Solicitation Number: GS11P09MKD0053 Notice Type: Presolicitation Synopsis: Added: Mar 23, 2009 8:02 pm Modified: Apr 07, 2009 4:49 pmTrack Changes American Recovery and Reinvestment Act Action Description: The General Services Administration announces an opportunity for Construction Management Support Services for the St. Elizabeths Campus Consolidation program, Southeast Washington, D.C. . GSA anticipates using funds from the pending FY 2009 Omnibus Appropriations Act and partial funding with funds from the American Recovery and Reinvestment Act ("Recovery Act") of 2009. Accordingly, the contract will be subject to unprecedented levels of transparency and accountability so Americans know where their tax dollars are going and how they are being spent. Mechanisms through special contract terms and conditions will be implemented to accurately track, monitor and report on taxpayer funds. The Recovery Act requires extensive reporting from the prime recipients of Federal funding. This may include special Buy American Act requirements, additional requirements for contractor reporting, and expanded Government Accountability Office (GAO) and Office of Inspector General (OIG) access to contractor records. Contracting Office Address: 7th and D Streets, S.W., Room 2002 Washington, District of Columbia 20407 Place of Performance: St. Elizabeths Campus 2700 Martin Luther King, Jr. Avenue, SE Washington, D.C. 20032 Washington, District of Columbia 20032 United States Primary Point of Contact.: Bonnie E Echoles, Contracting Officer bonnie.echoles@gsa.gov Phone: (202) 708-6190 Fax: (202)401-6075
-
Geismar High Rail 360 Crane Solicitation Number: RFP_ES9132R-RAM-RAIL Agency: Washington Metropolitan Area Transit Authority Office: Procurement and Materiels Location: PRMT-JGB -------------------------------------------------------------------------------- Notice Type: Combined Synopsis/Solicitation Posted Date: April 21, 2009 Response Date: Jun 05, 2009 2:00 pm Eastern Archiving Policy: Automatic, 15 days after response date Archive Date: June 20, 2009 Original Set Aside: N/A Set Aside: N/A Classification Code: 22 -- Railway equipment NAICS Code: 336 -- Transportation Equipment Manufacturing/336120 -- Heavy Duty Truck Manufacturing -------------------------------------------------------------------------------- Solicitation Number: RFP_ES9132R-RAM-RAIL Notice Type: Combined Synopsis/Solicitation Synopsis: Added: Apr 21, 2009 9:38 am The Washington Metropolitan Area Transit Authority (Authority) is soliciting proposals for the procurement of Geismar or approved equal High Rail 360 Cranes in accordance with RFP ES9132R/RAM. This is a technically acceptable, low price RFP. Proposals are due no later than 2:00 P.M., on Friday, June 5, 2009. The High Rail 360 Cranes are to be delivered within 90 calendar days from award. Please submit all questions to Ronald A. Michaelis, Contract Administrator, via e-mail at rmichaelis@wmata.com. For minor clarifications, he may be reached at 202-962-2717. A pre-proposal conference will be not be held. The solicitations is freely downloadable at wmata.com. Click on "Business with Metro" in the lower right corner then on "Solicitations" in the left side bar. Vendors are advised to revisit this site to check for amendments or other information. For e-mail announcements of amendments, please provide an e-mail contact to the Contract Administrator. WMATA is issuing this solicitation under the Federal Government’s “American Recovery and Reinvestment Act of 2009" (ARRA). Under ARRA, contractors doing business with the Federal Government or receiving ARRA funds must have a DUNS number issued by Dun and Bradstreet and register with the Central Contractor Registration (CRR) at www.CCR.gov. To qualify for an award, all vendors must be registered in the WMATA Vendors Registration System (VRS). To register, visit our website at http://www.wmata.com and click on “Business with Metro” on the lower right. For registration assistance only, please call Mr. Phillip Barrett, Jr. at (202)962-1408. Any contract award resulting from this solicitation is subject to availability of funds Contracting Office Address: 600 5th Street Washington, District of Columbia 20001 Place of Performance: WMATA-TSSM 3101 Eisenhower Avenue Alexandria, Virginia 22314 United States Primary Point of Contact.: Ronald A Michaelis, Contract Administrator rmichaelis@wmata.com Phone: (202) 962-2717 Fax: (20) 962-2038
-
4X4 Switch Production Tampers Solicitation Number: RFP_ES9133R-RAM-RAIL Agency: Washington Metropolitan Area Transit Authority Office: Procurement and Materiels Location: PRMT-JGB -------------------------------------------------------------------------------- Notice Type: Combined Synopsis/Solicitation Posted Date: April 21, 2009 Response Date: Jun 05, 2009 2:00 pm Eastern Archiving Policy: Automatic, 15 days after response date Archive Date: June 20, 2009 Original Set Aside: N/A Set Aside: N/A Classification Code: 22 -- Railway equipment NAICS Code: 336 -- Transportation Equipment Manufacturing/336510 -- Railroad Rolling Stock Manufacturing -------------------------------------------------------------------------------- Solicitation Number: RFP_ES9133R-RAM-RAIL Notice Type: Combined Synopsis/Solicitation Synopsis: Added: Apr 21, 2009 10:01 am The Washington Metropolitan Area Transit Authority (Authority) is soliciting proposals for the procurement of 4X4 Switch Production Tampers in accordance with RFP ES9133R/RAM. This is a technically acceptable, low price RFP. Proposals are due no later than 2:00 P.M., on Friday, June 5, 2009. The 4X4 Switch Production Tampers are to be delivered within 420 calendar days from award. Please submit all questions to Ronald A. Michaelis, Contract Administrator, via e-mail at rmichaelis@wmata.com. For minor clarifications, he may be reached at 202-962-2717. A pre-proposal conference will be not be held. The solicitation is freely downloadable at wmata.com. Click on "Business with Metro" in the lower right corner then on "Solicitations" in the left side bar. Vendors are advised to revisit this site to check for amendments or other information. For e-mail announcements of amendments, please provide an e-mail contact to the Contract Administrator. WMATA is issuing this solicitation under the Federal Government’s “American Recovery and Reinvestment Act of 2009" (ARRA). Under ARRA, contractors doing business with the Federal Government or receiving ARRA funds must have a DUNS number issued by Dun and Bradstreet and register with the Central Contractor Registration (CRR) at www.CCR.gov. The solicitation contains a DBE percentage goal. Proposed DBEs must be certified by WMATA before the proposal due date. For information concerning the DBE program, please contact Mr. Kory Gray at (202) 962-1854; kgray@wmata.com To qualify for an award, all vendors must be registered in the WMATA Vendors Registration System (VRS). To register, visit our website at http://www.wmata.com and click on “Business with Metro” on the lower right. For registration assistance only, please call Mr. Phillip Barrett, Jr. at (202)962-1408. Any contract award resulting from this solicitation is subject to availability of funds. Please consult the list of document viewers if you cannot open a file. RFP Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..) Label: RFP Posted Date: April 21, 2009 4X4 Switch Production Tamper.pdf (1,088.85 Kb) Description: Solicitation RFP ES3133R/RAM-RAIL 4X4 Switch Production TampersContracting Office Address: 600 5th Street Washington, District of Columbia 20001 Place of Performance: WMATA Alexandria Yard CTM Office 3101 Eisenhower Avenue Alexandria, Virginia 22314 United States Primary Point of Contact.: Ronald A Michaelis, Contract Administrator rmichaelis@wmata.com Phone: (202) 962-2717 Fax: (20) 962-2038
-
Solicitation Number: F1D3269084A002 Notice Type: Presolicitation Synopsis: Added: Apr 21, 2009 10:03 am RECOVERY - THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER THE ROOFING INDEFINITE DELIVERY CONTRACT, FA4416-08-D-0006. The contractor shall Repair/Replace Roof at Hangar 1, Bldg 1914 on Andrews AFB. The work covered by these specifications consists of providing all plant, labor, equipment, appliances and materials in performing all operations required to repair/replace the existing roof at Building 1914. The contractor would Repair damaged sections of the existing barrel and built up roofs. This work is to be in accordance with the applicable specifications and clauses as indicated in the Repair Roofs Multi-Facilities Indefinite Delivery Requirement Contract Contracting Office Address: 1535 Command Drive Andrews AFB, Maryland 20762-6500 Place of Performance: Building 1914, Hangar 1 Andrews AFB, Maryland 20762 United States Primary Point of Contact.: Keisha K Dawkins, Contract Specialist keisha.dawkins@afncr.af.mil Phone: 301-981-1903 Fax: 301-981-1907Secondary Point of Contact: Kerry Callahan, Contracting Officer kerry.callahan@afncr.af.mil Phone: 301-981-1977 Fax: 301-981-1907
-
38--Renovation of Aberdeen Proving Ground Building 316 Solicitation Number: W91ZLK-09-B-0002 Agency: Department of the Army Office: Army Contracting Agency, North Region Location: ACA, Aberdeen Proving Ground -------------------------------------------------------------------------------- Notice Type: Solicitation Original Posted Date: February 20, 2009 Posted Date: April 21, 2009 Response Date: May 1, 2009 Original Response Date: April 27, 2009 Archiving Policy: Automatic, on specified date Original Archive Date: June 5, 2009 Archive Date: June 24, 2009 Original Set Aside: Total Small Business Set Aside: Total Small Business Classification Code: 38 -- Construction, mining, excavating & highway maintenance equipment NAICS Code: 236 -- Construction of Buildings/236220 -- Commercial and Institutional Building Construction RECOVERY - In compliance with the transparency and accountability requirements associated with the supplemental appropriations provided by the American Recovery and Re-Investment Act of 2009, Pub.L. 111-5, the Government intends to issue a solicitation for the Renovation of Building 316 in the Aberdeen Area of Aberdeen Proving Ground, Maryland. Contracting Office Address: ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013 Place of Performance: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD 21005-3013 US Point of Contact(s): maureen cameron, 410 278 0858
-
Entity Identifier: Buying Party (Purchaser) NAVFAC HAWAII DoD Identification: Department of Defense Activity Address Code (DODAAC) N62478 Address 1: A-E/Construction/FSC PCO Branch Address 2: 400 MARSHALL RD City/State/Zip: PEARL HARBOR, HI 96860-3139 Grounds Maintenance and Landscaping Services at Central/West Oahu, Hawaii The work includes providing all labor, supervision, quality control, safety prevention, tools, materials, equipment, and transportation necessary to provide grounds and tree maintenance services and other incidental work. The Contractor has full responsibility to perform the service using their own and industry best practices and processes to ensure that a specified outcome is achieved. Establish schedules and service frequencies based on criteria such as: soil analysis findings; species of vegetation; seasons of the year; climatic conditions; soil types; root competition; establishment and age of vegetation; and manufacturers’ directions relative to application of fertilizers, amendments, and pesticides. Buyer Name or Department: Sandy Sekiguchi Telephone: 808-474-3388
-
Grand Teton National Park Noxious Weed Treatment IDIQ Solicitation Number: Q1460090022 Agency: Department of the Interior Office: National Park Service Location: NPS - All Offices -------------------------------------------------------------------------------- Notice Type: Modification/Amendment Original Posted Date: March 10, 2009 Posted Date: April 7, 2009 Response Date: May 1, 2009 Original Response Date: May 1, 2009 Archiving Policy: Automatic, on specified date Original Archive Date: March 10, 2010 Archive Date: March 10, 2010 Original Set Aside: Total Small Business Set Aside: Total Small Business Classification Code: F -- Natural resources & conservation services -------------------------------------------------------------------------------- Solicitation Number: Q1460090022 Notice Type: Modification/Amendment Please consult the list of document viewers if you cannot open a file. Solicitation 1 Type: Solicitation Posted Date: April 7, 2009 http://ideasec.nbc.gov/j2ee/solicitationde...p;objId=3286621 Description: NOXIOUS WEED TREATMENTContracting Office Address: IMR - GRTE - Grand Teton National Park P.O. DRAWER 170 MOOSE WY 83012 Point of Contact(s): Martin D. Hauch Contract Specialist 3077393448 martin_hauch@nps.gov;
-
Aerial Watershed Restoration Solicitation Number: R6-18-09-258487 Agency: Department of Agriculture Office: Forest Service Location: R-6 Western Oregon ZAP, Willamette NF -------------------------------------------------------------------------------- Notice Type: Presolicitation Posted Date: April 15, 2009 Response Date: - Archiving Policy: Automatic, on specified date Archive Date: April 15, 2010 Original Set Aside: N/A Set Aside: Total Small Business Classification Code: F -- Natural resources & conservation services NAICS Code: 481 -- Air Transportation/481212 -- Nonscheduled Chartered Freight Air Transportation -------------------------------------------------------------------------------- Solicitation Number: R6-18-09-258487 Notice Type: Presolicitation Synopsis: Added: Apr 15, 2009 3:13 pm ***ESTIMATED ISSUE Date Electronically in FedBizOpps is April 27, 2009 **** The purpose of this contract is to secure a complete set of services to accomplish a river restoration project. The Contractor shall provide aerial services to transport trees, some with attached root wads, from a staging site to flagged destinations in the streams to be treated. The trees shall be placed in locations and oriented to enhance aquatic habitat. This project will involve 300 logs and root wads with optional line items to add an estimated additional 600 logs and root wads. The Contractor shall furnish all technical expertise, labor, equipment, supervision, transportation, operating supplies and incidentals necessary to complete the work required. This solicitation will be a Total Small Business Set Aside per FAR 19.502-2(a). For additional information contact Greg Landin, Middle Fork Ranger District at (541) 782-5216. The estimated start work date is September 21, 2009. Contracting Office Address: 3106 Pierce Parkway, Suite D Springfield, Oregon 97477 United States Primary Point of Contact.: F. Sheila Patterson, Contracting Officer sheilapatterson@fs.fed.us Phone: 541-225-6326 Fax: 541-225-6220Secondary Point of Contact: Jeri L Ledgerwood, Procurement Technician jledgerwood@fs.fed.us Phone: (541) 225-6475 Fax: (541) 225-6220
-
Oh yeah this is a gold mine
-
Solicitation Number: FA4608-09-Q-S132 Notice Type: Combined Synopsis/Solicitation Synopsis: Added: Apr 14, 2009 4:16 pm This is a combined solicitation/synopsis for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA4608-09-Q-S132, in accordance with FAR Parts 12 and 13, and is in accordance with provisions and clauses effective in Federal Acquisition Circular (FAC 2005-23 effective 26 Dec 2007). The North American Industry Classification System (NAICS) number is 113210, and the business size is $7M. The proposed acquisition is set-aside for small businesses. Small businesses, woman-owned, and disabled veteran-owned businesses are encouraged to participate by submitting quotes. The items being procured are: The planting of hardwood seedlings on 147 acres of land on Barksdale AFB, LA (see attached specifications). The offer submittal shall list the item by part number, number of items being offered, and the product description as listed above. The offer shall list unit prices, total for each part number, and an overall totaled price. Delivery requirements: The period of performance is 1 Dec 2009 through 1 March 2010. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and the following addenda applies. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, and the contractor must remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3, and follow the instruction as provided in the clause. THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offers will be evaluated on the prices as offered. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer. Additionally the following clauses and provisions apply to this acquisition: 52.212-4, Contract Terms and Conditions Commercial Items 52.247-34, FOB Destination 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, and includes the following clauses as cited: ( 5, 16, 17, 18, 19, 20, 24(i), 24(ii), 31, © 1, and 2. Applicable DFARS clauses included: 252.204-7004, Required Central Contractor Registration 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items provisions 252.232-7003, 252-247-7023, 252.247-7024 The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 1:00 P.M. (CST), 1 May 2009, 2 CONS/LGCAA, 41 Vandenberg Ave, Barksdale AFB, LA 71110-2271. Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of Steven Huffines at (318) 456-2107. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to Steven Huffines, Contract Specialist, at (318) 456-2204, steven.huffines@barksdale.af.mil or Marla Poirier, Contracting Officer, at (318) 456-6887, marla.poirier@barksdale.af.mil. Contracting Office Address: 41 Vandenberg Ave Barksdale AFB, Louisiana 71110-2271 United States Place of Performance: BAFB barksdale AFB, Louisiana 71110 United States Primary Point of Contact.: Steven W. Huffines steven.huffines@us.af.mil Phone: 3184562204 Fax: 3184562107Secondary Point of Contact: Marla Poirier, Contracting Officer marla.poirier@barksdale.af.mil Phone: 318-456-2774 Fax: 318-456-2629
-
Solicitation Number: AG-54A4-S-09-0005 Notice Type: Award Contract Award Date: April 21, 2009 Contract Award Number: AG-54A4-C-09-0008 Contract Award Dollar Amount: $0.00 (IDIQ Parent Contract) Contract Line Item Number: All Contractor Awarded Name: Drennen Forestry Inc. Contractor Awarded Address: 115B 4th Street NE Cullman, Alabama 35056 United States Synopsis: Added: Jan 22, 2009 10:56 am Project consists of Hand Tree Planting of Government Furnished Tree Seedlings in such a manner to insure tree survival and growth on the Huron-Manistee National Forests. The contractor shall provide any and all labor, equpment, supplies, services, permits, licenses and incidentals necessary to perform the work. The work is anticipated to begin in late April or early May dependent on weather. This will be an indefinite delivery, indefinite quantity (IDIQ) contract with one base year and 3 option years. The solicitation is anticpated to be posted on approximately Feb. 2, 2009. Added: Apr 21, 2009 3:05 pm The IDIQ contract has been awarded to Drennan Forestry. Future task orders will be ordered under the parent contract terms and conditions. Contracting Office Address: Federal Building 68 S. Stevens St. Rhinelander, Wisconsin 54501 Place of Performance: Huron-Manistee National Forests Northern Lower Michigan Cadillac, Michigan 49601 United States Primary Point of Contact.: Tamie Thompson, Contract Specialist trthompson@fs.fed.us Phone: 231-723-2211 ext. 3134 Fax: 231-723-8642
-
Cone Collection on the Colville National Forest Solicitation Number: AG-05G1-S-09-0021 Agency: Department of Agriculture Office: Forest Service Location: R-6 Eastern Washington ZAP, Colville NF -------------------------------------------------------------------------------- Notice Type: Presolicitation Posted Date: April 20, 2009 Response Date: May 26, 2009 3:00 pm Eastern Archiving Policy: Manual Archive Archive Date: - Original Set Aside: N/A Set Aside: Total Small Business Classification Code: F -- Natural resources & conservation services NAICS Code: 115 -- Support Activities for Agriculture and Forestry/115310 -- Support Activities for Forestry -------------------------------------------------------------------------------- Solicitation Number: AG-05G1-S-09-0021 Notice Type: Presolicitation Synopsis: Added: Apr 20, 2009 7:56 pm The Colville National Forest requires cone collection services in Ferry, Stevens and Pend Oreille County, Washington, located in the NE portion of Washington State. The Contractor shall furnish all labor, materials, equipment, supervision, tools, transportation, operating supplies, and incidentals necessary to perform the work in accordance with the specifications and provisions and clauses of the contract. The contract will be an Indefinite Delivery and Indefinite Quantity contract with a minimum guarantee. The guarantee will be listed in the solicitation. The period of performance will be date of award through September 30, 2011. Most field work will take place the month of August, except for whitebark pine which may require some work in early July to middle of September. Projects will vary in location and the number and type of trees to climb. Task orders will be placed based on site conditions, funding availability and conditions of the cones. Migrant and Seasonal Agricultural Worker Protection Act registration and a Washington State Farm Forest License are required. This project will be advertised as a written request for quotations and will be solicited under the Simplified Acquisition Procedures (SAP) and Commercial Item rules. Estimated issue date of the solicitation is on or about May 5, 2009. Quotes are estimated to be due around May 26, 2009. The project is a 100 percent small business set-aside. The NAICS code is 115310 and Size Standard is $6.5 million. All responsible sources may submit a quote which will be considered. An electronic copy of the solicitation will be posted at this site on the issue date. Contracting Office Address: 765 S. Main Colville, Washington 99114 Place of Performance: Stevens, Ferry and Pend Oreille Counties Colville, Washington 99114 United States Primary Point of Contact.: Cathy E. Van Alyne cvanalyne@fs.fed.us Phone: (509) 684-7114 Fax: (509) 684-7280
-
FBO Terms and Conditions LOG OFF IMMEDIATELY if you do not consent to the conditions stated in the following notice. Otherwise click "Accept" to accept the terms and proceed.
-
Contracts and Grants, SBA Certified Small Disadvantaged Business, Minority-Owned business, Self-Certified Small Disadvantaged Business, For-Profit Organization, Service Provider, DoT Certified Disadvantaged Business Enterprise, Subcontinent Asian (Asian-Indian) American Owned
-
I am looking into FBO.gov FBO.gov is the single government point-of-entry (GPE) for Federal government procurement opportunities over $25,000. Government buyers are able to publicize their business opportunities by posting information directly to FedBizOpps via the Internet. Through one portal, FBO.gov, commercial seeking Federal markets for their products and services can search, monitor and retrieve opportunities solicited by the entire Federal contracting community.
-
Two days or up to one to two weeks. Ensure that your organization is registered with the Central Contractor Registration (CCR) at http://www.ccr.gov