SOLICITATION NOTICE
91 -- NATURAL GAS DISTRIBUTION
- Notice Date
- 8/21/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- ACA, North Region Contracting Center - Fort Leavenworth, 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
- ZIP Code
- 66027-1417
- Solicitation Number
- DABJ01-03-B-0032
- Response Due
- 9/19/2003
- Archive Date
- 11/18/2003
- Point of Contact
- CeAnn Cupp, 913-684-1629
- E-Mail Address
-
Email your questions to ACA, North Region Contracting Center - Fort Leavenworth
(cuppc@leavenworth.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are b eing requested and a written solicitation will not be issued. This solicitation, DABJ01-03-B-0032, is issued as an Invitation for Bids (IFB), and is unrestricted. The solicitation document and incorporated provisions and clauses are those in effect throu gh Federal Acquisition Circular 2001-15 and DFARS Change Notice 20020531. The associated NAICS code is 221210 and small business size standard applicable to this procurement is 500 employees. This acquisition is unrestricted. *****The Directorate of Con tracting (DOC), Ft. Leavenworth, KS has a requirement for Natural Gas Distribution to Ft. Leavenworth, KS. The government will request transport of natural gas by issuing a Delivery Order with the nominating quantity of natural gas for the specified month . In accordance with Federal Acquisition Regulation 52.216-1 Type of Contract, the Government anticipates award of a Firm Fixed Price contract, with Economic Price Adjustment, with contract to begin 01 October 2003 or within sixty (60) calendar days upon receipt of contract award. Acceptance is by the Directorate of Installation Support, Ft. Leavenworth, KS. In accordance with Federal Acquisition Regulation 52.214-5-Submission of Bids, and 52.214-12-Preparation of Bids, offerors should submit with their bid: (1) Cost proposal which shows proposed unit price per item, (2) extended price for the quantity of each item, (3) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2002), and Alternate I (APR 2002); (4) Contractors Duns and Bradstreet (DUNS) number; (5) Contractors Cage Code; and (6) An affirmation that it has an active registration on the Central Contractor Registration (CCR), which is at the website www.ccr.gov. Contract Line Item Numbe r (CLIN) 0001 Natural Gas Supply Index estimated 437,544 dekatherms (Million BTUs per 1000 Cubic Ft) per year. {The unit price is the Supply Index Price plus Summer and Winter Adjustment Factors.} {The Summer Adjustment Factor is from (April 1st through October 31st), and the Winter Adjustment Factor is from (November 1st through March 31st).} CLINS 0002, 0003, 0004, and 0005 are Option CLINS and are to be done the same way. Provisions and Clauses incorporated by Reference, and Full Text of the Provision s and Clauses may be accessed electronically at these addresses: http://www.arnet.gov/far; or http://farsite.hill.af.mil; The following provisions and clauses apply to this acquisition/solicitation: FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2000); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2002);FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of or Execut ive Orders-Commercial Items (MAY 2002) applies to this acquisition, to include the following subparagraphs; FAR 52.203-6; Restrictions on Subcontractor Sales to the Government, FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-9 Small Busines s Subcontracting Plan; FAR 52.219-14, Limitations on Subcontracting; FAR 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Concerns; FAR 52.219-23, Alternate I; FAR 52.222-19, Child Labor; FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.222-36, Affirmative Action for Workers With Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabl ed Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.225-5, Trade Agreements; FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUL 2000); FAR 52.232-33, Payment by Electronic Funds Transfer??????Central Contractor Registration (MAY 1999)]; FAR 52.233-3 Protest After Award (AUG 1996; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); DFARS 252.204-7004, Required Central Contractors Registration (NOV 2001); Local Clause 52.217-4087 Basis of Award-All or None. The following Ft. Leavenworth, KS local clauses are applicable: 52.217-4081 Safety and Accident Prevention-In performing work u nder this contract the Contractor shall a. Conform to the specific safety requirements established by this contract; b. Comply with the safety rules of the Government installation that concern related activities not directly addressed in this contract; c. Take all reasonable steps and precautions to prevent accidents and preserve the life and health of Contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and d. Take such additional immedi ate precautions as the Contracting Officer may reasonably require for safety and accident prevention purposes. 52.217-4600 Restricted Access to Military Installation; A. The work to be performed under this contract is located on the Fort Leavenworth mil itary installation. As of January 1, 2002, the installation will institute 100% controlled access. Controlled access means there will be military police located at the entry gates. Vehicles entering the installation may be subject to stop and search pro cedures. At times of increased security alerts, control may be increased or access may be restricted completely. Some gates may be closed during periods of the day or night. B. The Contractor may be responsible for furnishing to each employee, and for r equiring each employee engaged on the work, to display or possess identification as may be approved and directed by the Contracting Officer. All prescribed identification shall immediately be delivered to the Contracting Officer for cancellation upon the release of any employee. C. Contractors shall obtain a vehicle registration pass for each contractor vehicle and for each contractor-employees private vehicle brought onto the installation. To register a vehicle, the operator will be required to provide proof of vehicle registration, drivers license and proof of insurance. Passes issued to contractors and their employees are valid for 90 days and must be renewed upon expiration. D. Prior to vehicle registration, contractors shall provide a roster of all employees names that will access the Fort during the performance of the contract. That roster shall be provided to the Contracting Officer and to the PMO. That roster shall be subsequently updated by the contractor as changes occur and provided to th e Contracting Officer and to the PMO. All interested, responsible firms should submit bids (Original Plus One Copy of Bid and Applicable documentation IAW FAR 14.201-6) no later than 2:00 P.M. (CST), 19 Sep 2003, to the following address: Attn: Ceann Cu pp, Directorate of Contracting, 600 Thomas Avenue Unit 3, Ft. Leavenworth, KS 66027-1417. Questions in regards to this Bid should be directed to Ceann Cupp, (913) 684-1629 or email cuppc@leavenworth.army.mil . Faxed quotes will NOT be accepted. Copies of above reference clauses are available at http://www.arnet.gov/far/ . Please note that any amendments to this Solicitation shall be processed in the same manner as this Synopsis/Solicitation. If you would like a copy of the solicitation, please call o r email me and I will be happy to email one to you. That way you will have the bid schedule to work off of. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items for found at http://web1.whs.osd.mil/icd home/SFOFFORM.HTM for use in preparation of bids for submission. Contractors must be registered in the Central Contractors Registration database (www.ccr.gov) p rior to the award of any Government Contract.
- Place of Performance
- Address: ACA, North Region Contracting Center - Fort Leavenworth 600 Thomas Avenue, Unit 3 Fort Leavenworth KS
- Zip Code: 66027-1417
- Country: US
- Zip Code: 66027-1417
- Record
- SN00408871-W 20030823/030821213841 (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 |