Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2006 FBO #1718
SOLICITATION NOTICE

91 -- ARS Direct Supply Natural Gas Solicitation

Notice Date
8/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
211111 — Crude Petroleum and Natural Gas Extraction
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Energy Support Center, 8725 John J. Kingman Road, Fort Belvoir, VA, 22060-6222
 
ZIP Code
22060-6222
 
Solicitation Number
SP0600-06-R-0418
 
Response Due
8/14/2006
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6 and supplemented with additional information included in this notice. This announcement constitutes the solicitation. Proposals are being requested and a written solicitation shall not be issued. 2. Solicitation Number SP0600-06-R-0418 is issued as a Request for Proposal, however the Government anticipates awarding on initial pricing. Offerors are therefore encouraged to submit their best pricing with the initial proposal. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-11. 4. The locations are as follows: USDA-ARS-NCAUR Peoria, IL USDA-ARS National Animal Disease Center Ames, IA USDA-ARS Stillwater, OK 5. For USDA-ARS-NCAUR Peoria, IL and USDA-ARS Stillwater, OK, firm delivery of all natural gas is required over a two year period commencing on the date of the first meter read occurring on or after October 1, 2006 and ending at the end of the meter read cycle ending on or after September 30, 2008. For USDA-ARS National Animal Disease Center Ames, IA firm delivery of all natural gas is required over a period commencing on the date of the first meter read occurring on or after March 1, 2007 and ending at the end of the meter read cycle ending on or after September 30, 2008. Each account shall be handled on a full requirements basis with all natural gas used in each given month/meter read cycle supplied by the marketer. Each customer shall be billed only for the gas they actually consume in each billing cycle. The price proposed shall be a fixed adjustment factor (one for summer and one for winter deliveries) to the Henry Hub Index posting under the South Louisiana heading as printed in ?Platts Inside FERC?s Gas Market Report? for the month in which the deliveries or majority of deliveries occur. This adjustment factor shall be all inclusive (including, but not limited to, all inter/intrastate pipeline charges, fuel loss, overhead and profit, pooling fees, applicable taxes/fees to which the Federal Government is liable, etc?.) as no other charges shall be paid by the Government above the sum of the index plus the adjustment factor . See Contract Clause B700 at link below which shall become part of all resulting contract(s). The address for submission of an invoice shall be provided to the successful offeror in the award documents. The successful contractor shall send a courtesy copy of each invoice to a DESC point of contract to be provided at time of award as well. If a utility pass through option is available for commodity supply, the Government wishes to utilize this mechanism for payment. This is a requirements type contract with orders being the actual usage during a month and the ordering period extending from October 1, 2006 through September 30, 2008. The successful offer shall supply the Government point of contact at each location, preferably via e-mail, by no later than the 23rd of each month, an estimate of the price for the next month along with an estimated quantity and a total price to allow the Government time to obligate necessary funds. The Government reserves the right to non-concur with usage estimates within 2 working days after receipt of the contractor usage estimate. 6. The provisions of Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition. As an addendum, all offerors must hold their firm adjustment factor price offer for a period of 3 hours starting from due date for receipt of pricing indicated herein. Offerors shall submit their offers (SF 1449 & Completed 52.212-3 on August 14th and pricing on August 21st) via e-mail to the following address: desc.ngteam@dla.mil Instructions on e-mail proposals can be found on the DESC website as indicated below. The offer shall include a signed SF 1449, completed Clause 52.212-3, subcontracting plan, and list of references from which to evaluate past performance. These can be found on the DESC Website at the following location: http://www.desc.dla.mil/DCM/DCMSolic.asp?SolicID=1109 This website also has a spreadsheet which has specific account information for each line item listed above along with the full text of the DESC Economic Price Adjustment Clause, which is incorporated herein. Additionally, the offer must confirm with this submission that it is licensed/approved to do business on, and is currently supplying natural gas to, the applicable utility distribution system serving the accounts to be offered upon. 7. The clause at FAR 52.212-2, Evaluation ? Commercial Items shall not be used. It is the Government?s intention to award to the responsible lowest priced, technically acceptable offer. For purposes of this solicitation, technically acceptable offerors shall be those licensed to do business on, and currently supplying natural gas to, the utility distribution system serving the accounts and offering firm or firm equivalent transportation at the time of the submission of the signed SF 1449. 8. The clause found at FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this solicitation. Offerors are reminded that registration in the Central Contractor Registration (CCR) is required (See Part (t) of 52.212-4). 9. The clause found at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies to this solicitation. 10. The following clauses are applicable to this solicitation: 52.203-6 Alt 1, 52.219-4, 52.219-8, 52.222-19, 52.222-1, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, and 52.232-23. Additionally, the following FAR, Defense FAR Supplement (DFARS), and Defense Logistics Agency Directives (DLAD) apply to this solicitation: 52.203-3, 52.204-7, 52.216-18 (with fill in at (a) reading ?Oct. 1, 2006? through ?Sept. 30, 2008?), 52.216-21 (with fill in at (f) reading ?30 days after the end of the contract ordering period?) 52.219-9, 52.219-16, 52.232-17, 52.232-18, 252.209-7001, 252.212-7000 (a) & (b) only, 252.219-7003, 252.225-7002, 252.225-7013, 252.225-7021, 252.226-7001, 252.243-7002, DLAD 52.233-9000, DLAD 52.233-9001. 11. Offers are due in the following manner: 1. A signed SF 1449, completed 52.212-3 (both found on the DESC Website), subcontracting plan, list of references, and a statement verifying inclusions on the applicable Utility Authorized/Licensed Supplier Listing is due, via e-mail, by Monday, August 14th at 2:00 PM Local Time Fort Belvoir, VA. It is strongly suggested that e-mails be sent in advance of 2:00 p.m. and that you verify receipt after sending. 2. Fixed Adjustment factors are due, via e-mail, by Tuesday, August 21st at 10:00 AM Local Time, Fort Belvoir, VA. Each e-mail shall have attached the schedule page of each item offered on with the offered adjustment factor filled in in the appropriate block at the bottom of the schedule page. The Government shall verbally notify the apparently successful offer within the 3 hour time frame which must be allotted by the offeror. Written contract documents shall follow. 12. E-MAIL SUBMITTAL INSTRUCTIONS: (a) Offerors shall submit proposals via e-mail. E-mail proposals are subject to the same rules as paper proposals. (b) E-mail receiving data and compatibility characteristics are as follows: (1) E-mail address: desc.ngteam@dla.mil (2) E-mail subject: Solicitation SP0600-06-R-0418 (2) The Defense Energy Support Center accepts attachments, if required, in? (ii) Microsoft Excel; (iii) Microsoft Word; However, for the purposes of this solicitation, offerors are encouraged to simply include pricing information in the email body and avoid use of attachments. (c) Initial proposals, modifications and proposal revisions submitted via e-mail must contain a signature. (d) Attachments, if required, must be sent password protected for ?read only? to ensure the integrity of the data submitted. (e) Proposals submitted electronically through a single e-mail must be no more than 15 MB. DESC?s mail server will reject messages larger than 15 MB. (f) The DESC e-mail filter will scan the incoming e-mail and attachments for viruses and key words. Abbreviations for terms such as ?Analysts? or using ?3Xs? as placeholders in a document are found in the filter?s adult content library and may result in the e-mail delivery being delayed. Offerors are encouraged to verify receipt of e-mail offers by contacting the Contracting Officer prior to the solicitation closing time. (g) The Government reserves the right to make award solely on the e-mail proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete signed original proposal. 13. The Point of Contact for this procurement is Mr. Joseph Knudson. Phone number: 703-767-8561. E-mail: Joseph.Knudson@dla.mil.
 
Place of Performance
Address: Peoria, IL, Ames, IA, Stillwater, OK
Zip Code: 22060
Country: UNITED STATES
 
Record
SN01108641-W 20060810/060808220102 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.