Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2025 SAM #8522
SOLICITATION NOTICE

S -- Electricity Supply 2025

Notice Date
3/25/2025 9:52:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
221118 — Other Electric Power Generation
 
Contracting Office
FA6656 910 AW LGC YNGSTN WRN ARPT VIENNA OH 44473-0910 USA
 
ZIP Code
44473-0910
 
Solicitation Number
FA665625Q0010
 
Response Due
4/24/2025 10:00:00 PM
 
Archive Date
05/10/2025
 
Point of Contact
Lori J. Jenkins, Phone: 3306091041
 
E-Mail Address
lori.jenkins.1@us.af.mil
(lori.jenkins.1@us.af.mil)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. The solicitation number, FA665625Q0010 is issued as a Request for Quotation (RFQ). The solicitation document includes incorporated provisions and clauses that are in effect through the Federal Acquisition Circular 2025-03 effective 01 January 2025 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20250117. This solicitation is full and open competition with the North American Industrial Classification System (NAICS) code for this commercial item is 221118 � Other Electric Power Generation. Suppliers must be registered in the System of Award Management (SAM) before submitting quote. UNIQUE REQUIREMENTS: � Offerors must be certified with the Public Utilities Commission of Ohio (PUCO). � Only offerors certified with PUCO as electricity generation will be considered. � Offerors shall be certified with company information is active and accurate in the System for Award Management (SAM). � Reps and Certs must be complete in SAM. To be considered, ALL four (4) Unique Requirements must be met. ALL payments will be made through First Energy � Ohio Edison. Individual invoicing will not be considered. The electricity contract is for one (1) year and will be firm-fixed price. All quotes must be stated in KWH unit price. *Supplies shall be domestic in origin. ALL QUOTES MUST BE VALID FOR 15 DAYS. ELECTRIC GENERATION INFORMATION Transportation is through Ohio Edison - First Energy Annual consumption is estimated to be 8,750,000 KWH Account numbers for Ohio Edison are attached. Electric Power Usage for 12 Months Jan-24 795,621 Feb-24 693,248 Mar-24 696,984 Apr-24 739,213 May-24 718,160 Jun-24 764,455 Jul-24 910,552 Aug-24 847,217 Sep-24 848,313 Oct-24 714,094 Nov-24 660,856 Dec-24 716,604 9,105,317 The government's intent is to award a single contract between the government and the Contractor, to the lowest-price, technically acceptable offer. This notice does not obligate the government to award a contract, nor does it obligate the government to pay for any quotation preparation costs. Funding is not presently available. The following Federal Acquisition Regulation (FAR) and Defense Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this acquisition and incorporated by reference. These provisions and clauses can be read in full text and accessed electronically at the following website: https://www.acquisition.gov/. List of applicable provisions: FAR 52.201-1 Acquisition 360: Voluntary Survey. FAR 52.204-16 Commercial and Government Entity Code Reporting. FAR 52.204-17 Ownership or Control of Offeror. FAR 52.204-22 Alternative Line Item Proposal. FAR 52.204-29 Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures. FAR 52.204-7 System for Award Management. FAR 52.204-8 Annual Representations and Certifications. (DEVIATION 2025-O0003 and 2025-O0004) FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. FAR 52.209-7 Information Regarding Responsibility Matters. FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services. FAR 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services. (DEVIATION 2025-O0003 and 2025-O0004) FAR 52.225-25 Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. FAR 52.229-11 Tax on Certain Foreign Procurements-Notice and Representation. FAR 52.252-1 Solicitation Provisions Incorporated by Reference. DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation. DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation. DFARS 252.204-7024 Notice on the Use of the Supplier Performance Risk System. DFARS 252.206-7000 Domestic Source Restriction. DFARS 252.215-7008 Only One Offer. DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. DFARS 252.225-7000 Buy American--Balance of Payments Program Certificate. DFARS 252.225-7055 Representation Regarding Business Operations with the Maduro Regime. DFARS 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation. DFARS 252.204-7024 Notice on the Use of the Supplier Performance Risk System. DFARS 252.206-7000 Domestic Source Restriction. DFARS 252.215-7008 Only One Offer. DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. DFARS 252.225-7000 Buy American--Balance of Payments Program Certificate. DFARS 252.225-7055 Representation Regarding Business Operations with the Maduro Regime. DFARS 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation. List of applicable clauses: FAR 52.202-1 Definitions. FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions. FAR 52.203-3 Gratuities. FAR 52.203-6 Restrictions on Subcontractor Sales to the Government. (Alternate I) FAR 52.204-13 System for Award Management Maintenance. FAR 52.204-18 Commercial and Government Entity Code Maintenance. FAR 52.204-19 Incorporation by Reference of Representations and Certifications. FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities. FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services. (DEVIATION 2025-O0003 and 2025-O0004) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services. Alternate II (DEVIATION 2025-O0003) FAR 52.216-19 Order Limitations. FAR 52.216-22 Indefinite Quantity. FAR 52.219-8 Utilization of Small Business Concerns. FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-3 Convict Labor. FAR 52.222-9 Apprentices and Trainees. (DEVIATION 2025-O0003) FAR 52.223-5 Pollution Prevention and Right-to-Know Information. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.228-5 Insurance-Work on a Government Installation. FAR 52.232-39 Unenforceability of Unauthorized Obligations. FAR 52.233-1 Disputes. (Alternate I) FAR 52.233-3 Protest after Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim. FAR 52.241-11 Multiple Service Locations. FAR 52.241-2 Order of Precedence-Utilities. FAR 52.241-3 Scope and Duration of Contract. FAR 52.241-4 Change in Class of Service. FAR 52.241-5 Contractor's Facilities. FAR 52.241-7 Change in Rates or Terms and Conditions of Service for Regulated Services. FAR 52.242-13 Bankruptcy. FAR 52.244-6 Subcontracts for Commercial Products and Commercial Services. (DEVIATION 2025-O0003) FAR 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form). (Alternate I) FAR 52.249-8 Default (Fixed-Price Supply and Service). FAR 52.252-2 Clauses Incorporated by Reference. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism. DFARS 252.211-7003 Item Unique Identification and Valuation. DFARS 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials. DFARS 252.223-7008 Prohibition of Hexavalent Chromium. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.225-7012 Preference for Certain Domestic Commodities. DFARS 252.225-7048 Export-Controlled Items. DFARS 252.225-7052 Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten. DFARS 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime. DFARS 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region. DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions. DFARS 252.232-7007 Limitation of Government's Obligation. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.243-7002 Requests for Equitable Adjustment. DFARS 252.244-7000 Subcontracts for Commercial Products or Commercial Services. DFARS 252.247-7023 Transportation of Supplies by Sea. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism. DFARS 252.211-7003 Item Unique Identification and Valuation. DFARS 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials. DFARS 252.223-7008 Prohibition of Hexavalent Chromium. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.225-7012 Preference for Certain Domestic Commodities. DFARS 252.225-7048 Export-Controlled Items. DFARS 252.225-7052 Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten. DFARS 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime. DFARS 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region. DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions. DFARS 252.232-7007 Limitation of Government's Obligation. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.243-7002 Requests for Equitable Adjustment. DFARS 252.244-7000 Subcontracts for Commercial Products or Commercial Services. DFARS 252.247-7023 Transportation of Supplies by Sea. AFFARS 5352.201-9101, Ombudsman AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Offerors are to provide their Unique Entity ID (UEI) or Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Offeror. All responsible sources who submit a response shall be considered by the 910th CONF/PK if received by the closing date and time listed below. SEE ATTACHMENT
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3a989f6f0b7241a0bebda1503e04fc8f/view)
 
Place of Performance
Address: Vienna, OH 44473, USA
Zip Code: 44473
Country: USA
 
Record
SN07384632-F 20250327/250325230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.