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 (RFP SPE60425R0405) for the supply of retail electricity and ancillary services to 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. The overall offer due date has been extended, with specific details for CLIN 0027 to be provided in a future amendment.
Scope of Work
This solicitation seeks to procure retail electricity and any associated ancillary services. The total estimated quantity is 5,603,686,467 kWh over a general 24-month delivery period. Services will be delivered to multiple installations and facilities located in the PJM market area.
Contract Details
- Contract Type: Firm Fixed Price Requirements Type and Fixed-Price Requirements Type utilizing Locational Marginal Pricing (LMP).
- Period of Performance: Generally 24 months, from the meter read date in December 2025 through December 2027. However, CLIN 0027 (Letterkenny Army Depot) has a revised 19-month period, from May 2026 to December 2027.
- NAICS Code: 221112 (Fossil Fuel Electric Power Generation) with a 950 Employees size standard.
- Set-Aside: Total Small Business.
- Eligibility: Offerors must be approved Retail Electric Providers in the states of award, have an active SAM registration, and not appear on the SDN, DPL, or SAM exclusion lists. The acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements.
Submission & Evaluation
Proposals must include SF 1449, SF 30s, Evidence of Responsibility, Past Performance, Technical Capability/Risk, Small Business Participation, Price, Authorized Negotiators, Subcontracting Plan, Representations and Certifications, and a document for Exceptions and Questions. Past Performance is the most important non-price factor, followed by Technical Capability/Risk, Small Business Participation, and Price. Questions regarding the solicitation must be submitted via email to dlaenergy.eteam@dla.mil no later than July 11, 2025.
Key Amendments & Changes
The solicitation has undergone multiple amendments. Amendment 0010, posted March 25, 2026, extended the offer due date for non-price proposal requirements. It also revised CLIN 0027 (Letterkenny Army Depot), decreasing its estimated quantity to 48,306,973 kWh and adjusting its period of performance to 19 months (May 2026 - December 2027). The overall estimated quantity for the solicitation is now 5,603,686,467 kWh. Pricing for CLIN 0027 must be submitted using Attachment VII (Pricing Sheet PJM 2025 A0010), with its specific deadline to be announced in a future amendment.
Cybersecurity Requirements
Offerors must comply with new cybersecurity requirements introduced in Amendment 0009, including DFARS 252.204-7021, DLAD Procurement Note L39 (CMMC Level 1 Self-Assessment), and DFARS 252.204-7025.