PJM 2025 - Electricity
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Logistics Agency Energy (DLA Energy) is soliciting proposals for retail electricity and ancillary services for various Department of Defense and Federal Civilian Agency Facilities within the PJM Regional Transmission Organization market area. This is a Small Business Set-Aside opportunity. Offerors must comply with CMMC Level 1 Self-Assessment requirements. The offer due date has been repeatedly extended; bidders must refer to the latest SF 1449 for current deadlines.
Scope of Work
This solicitation (SPE60425R0405) seeks to establish contracts for the supply of electricity. The delivery period for most Contract Line Item Numbers (CLINs) is 24 months, from the meter read date in December 2025 through December 2027. CLIN 0027 (Letterkenny Army Depot) has a revised performance period of 19 months, from May 2026 to December 2027, following its electric distribution system (EDS) transition. The total estimated quantity solicited is 5,603,686,467 kWh.
Contract Details
- Contract Type: Firm Fixed Price Requirements Type and Fixed-Price Requirements Type utilizing Locational Marginal Pricing (LMP).
- Set-Aside: Total Small Business.
- NAICS Code: 221112 (Fossil Fuel Electric Power Generation).
- Eligibility: Offerors must be on the approved list of Retail Electric Providers in the states of award, have an active SAM registration, and not appear on exclusion lists (SDN, DPL, SAM exclusion).
- Cybersecurity: Compliance with CMMC Level 1 Self-Assessment is required, as per DFARS 252.204-7021, DLAD Procurement Note L39, and DFARS 252.204-7025.
Key Requirements & Changes
Multiple amendments have modified the solicitation. Notable changes include:
- Quantity Adjustments: The overall estimated quantity has been adjusted several times, most recently to 5,603,686,467 kWh.
- CLIN 0027 (Letterkenny Army Depot): This CLIN has seen significant revisions, including changes to its period of performance (now 19 months, May 2026 - Dec 2027), estimated quantity (48,306,973 kWh), and specific pricing instructions. Pricing inclusions for FFP and Auction Revenue Rights (ARR) pass-through for CLIN 0027 have been clarified.
- CLIN 0035 (NIST): This CLIN was initially added, then updated with a reduced usage estimate and 23-month performance, and subsequently removed from the solicitation.
- Pricing Submission: Offerors must use the specified Attachment VII (e.g., "Pricing Sheet PJM 2025 A0010") for price proposals. The deadline for CLIN 0027 pricing will be announced in a future amendment.
- FAR/DFARS Updates: FAR 52.212-4 (Nov 2023) and DFARS 252.232-7006 are applicable.
Submission & Evaluation
Proposals are solicited as a Request for Proposal (RFP). Evaluation factors include Past Performance (most important), Technical Capability/Risk, Small Business Participation, and Price. Offerors are encouraged to submit proposals early. Electronic submissions via email (dlaenergy.eteam@dla.mil) are accepted, but bidders should allow at least 24 hours for receipt due to potential delays.
Important Dates
The offer due date for non-price proposals and pricing submissions has been repeatedly extended. Offerors must refer to the latest SF 1449 for the current and definitive deadlines. Questions regarding the solicitation were originally due by July 11, 2025.