SOLICITATION NOTICE
S -- One Year Interruptible Natural Gas Service - Technical Guidelines and Provisions - Exhibit A- Govt Requirement - Natural Gas Combo -Line Item Schedule - DFARS provision - Gassp20a
- Notice Date
- 2/8/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 221210
— Natural Gas Distribution
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- F3Q2AD3036AU01
- Point of Contact
- Shenique A. Russ, Phone: 4783276087, Angela (Angie) D Whitley, Phone: (478)926-7989
- E-Mail Address
-
shenique.russ@robins.af.mil, angie.whitley@robins.af.mil
(shenique.russ@robins.af.mil, angie.whitley@robins.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Gas Service Specifications #20 Tax Liability Fill-In Line Item Schedule GAS Service Rate Schedule - Fill-In This Technical and General Provisions for Utility Service defines the effort required for the acquisition of interruptible natural gas as defined in the Gas Service Specifications #20. 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 being requested and a written solicitation will not be issued. This solicitation F3Q2AD3036AU01is being issued as a Request for Quotation (RFQ). This procurement is Unrestricted. The NAICS code is 221210. Solicitation is to procure a firm fixed price purchase order for the purchase of: Interruptible Natural Gas: IAW the attached Technical and General Provisions, GAS Service Specifications #20 and the attached Exhibit A (includes rate schedule and Notes). Proposal must include: •· Completed Exhibit A table, •· Completed DFARS provision 252.209-7999 •· AGL License •o If offeror is other than City of Warner Robins, offeror must provide a copy of AGL License agreement with proposal •· Completed Line Item Schedule This solicitation incorporates provisions and clauses that are in effect through the Federal Acquisition Circular 2005-02 dated 23 MAR 05. The following clauses apply to this acquisition: *Clauses Incorporated by Reference. Those requiring "Fill-ins" have the Fill-ins shown or shown in full text. The full text of a clause may be accessed electronically at this/these address(es) Regulation URLS: (Click on the appropriate regulation) http://farsite.hil.af.mil/vffara.htm 52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2002 52.219-8 Utilization of Small Business Concerns MAY 2004 52.219-9 Small Business Subcontracting Plan SEP 2006 52.219-16 Liquidated Damages-Subcontracting Plan JAN1999 52.232-33 Payment by Electronic Funds Transfer-Central Contractor OCT 2003 Registration 52.241-4 Change in Class of Service FEB 1995 52.212-1 Instructions to Offerors -Commercial Items FEB 2012 52.212-2 Evaluation-Commercial Items JAN 1999 Fill in: Evaluation factors for this award: Technical acceptability and lowest Total Evaluated Price. TEP will be the total amount shown on the Exhibit "A" table. This table must be completed in full. 52.212-3 Offeror Representations and Certifications-Commercial Items DEC 2012 52.212-4 Contract Terms and Conditions -Commercial Items FEB 2012 52.212-5 Contract Terms and Conditions Required to Implement Statues JAN 2013 or Executive Orders-Commercial Items 52.241-2 Order of Precedence - Utilities FEB 1995 52.241-3 Scope and Duration of Contract FEB 1995 1 st Fill-in: 01 Mar 2013-28 Feb 2014 2 nd Fill-in: Interuptible Gas service 52.241-8 Change in Rates or Terms and conditions of Service for FEB 1995 Unregulated Services Fill-in: One year 52.241-6 Service Provisions FEB 1995 (a) Measurement of service. (1) All service furnished by the Contractor shall be measured by suitable metering equipment of standard manufacture, to be furnished, installed, maintained, repaired, calibrated, and read by the Contractor at its expense. When more than a single meter is installed at a service location, the readings thereof may be billed conjunctively, if appropriate. In the event any meter fails to register (or registers incorrectly) the service furnished, the parties shall agree upon the length of time of meter malfunction and the quantity of service delivered during such period of time. An appropriate adjustment shall be made to the next invoice for the purpose of correcting such errors. However, any meter which registers not more than _ 2 __ percent slow or fast shall be deemed correct. (2) The Contractor shall read all meters at periodic intervals of approximately 30 days or in accordance with the policy of the cognizant regulatory body or applicable bylaws. All billings based on meter readings of less than _ 27 days and not more than 32 days __ shall be prorated accordingly. (b) Meter test. (1) The Contractor, at its expense, shall periodically inspect and test Contractor-installed meters at intervals not exceeding _ 1 _ year(s) The Government has the right to have representation during the inspection and test. (2) At the written request of the Contracting Officer, the Contractor shall make additional tests of any or all such meters in the presence of Government representatives. The cost of such additional tests shall be borne by the Government if the percentage of errors is found to be not more than _ 2 _ percent slow or fast. (3) No meter shall be placed in service or allowed to remain in service which has an error in registration in excess of __ 10 _ percent under normal operating conditions. (c) Change in volume or character. Reasonable notice shall be given by the Contracting Officer to the Contractor regarding any material changes anticipated in the volume or characteristics of the utility service required at each location. (d) Continuity of service and consumption. The Contractor shall use reasonable diligence to provide a regular and uninterrupted supply of service at each service location, but shall not be liable for damages, breach of contract or otherwise, to the Government for failure, suspension, diminution, or other variations of service occasioned by or in consequence of any cause beyond the control of the Contractor, including but not limited to acts of God or of the public enemy, fires, floods, earthquakes, or other catastrophe, strikes, or failure or breakdown of transmission or other facilities. If any such failure, suspension, diminution, or other variation of service shall aggregate more than __ 24 __ hour(s) during any billing period hereunder, an equitable adjustment shall be made in the monthly billing specified in this contract (including the minimum monthly charge). 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR1987 52.241-5 Contractor's Facilities FEB 1995 52.247-34 F.O.B. Destination NOV 1991 52.252-1 Solicitation Provisions Incorporated by Reference FEB 1998 Fill-in: www.farsite.hill.af.mil 52.252-2 Clauses Incorporated by Reference FEB 1998 Fill-in: www.farsite.hill.af.mil 52.252-5 Authorized Deviations In Provisions APR 1984 1 st fill-in: DFARS 2 nd Fill-in: Chapter 2 52.252-6 Authorized Deviations In Clauses APR 1984 1 st fill-in: DFARS 2 nd Fill-in: Chapter 2 252.241-7001 Government Access DEC 1991 252.212-7000 Offeror Represenatations and Certifications - Commercial Items JUN 2005 252.212-7001 Contract Terms and conditions Requred to Implement Statues or NOV 2006 Executive orders Applicable to Defense Acquisitions of Commercial Items 252.204-7004 Central Contractor Registration (52.204-7) Alternate A SEP 2007 Alt A 252.205-7000 Provision of Information To Cooperative Agreement Holders DEC 1991 Prior to award of any DOD contracts, offerors must be registered in the System for Award Management (SAM) On-Line Representations and Certifications Application at www.sam.gov. All proposals must be sent to Shenique A. Russ via e-mail ( shenique.russ@robins.af.mil ) and Angie Whitley (angie.whitley@robins.af.mil). Proposals are required to be received no later than 3:00PM EST, Thursday, 14 Feb 2013
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3Q2AD3036AU01/listing.html)
- Place of Performance
- Address: Robins AFB, Georgia, 31093, United States
- Zip Code: 31093
- Zip Code: 31093
- Record
- SN02983150-W 20130210/130208235205-97d228727eb7ed8a644cfd9684e74f18 (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 |