Electricity Supply
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 ann... 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, FA665619QA004 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2019-01 (22 January 2019) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20190401. This solicitation is 100 percent total small business set-aside: the North American Industrial Classification System (NAICS) code for this commercial item is 221118; the small business size standard is 1,000 employees. UNIQUE REQUIREMENTS: · Offerors shall be certified with the Public Utilities Commission of Ohio (PUCO). · Only offerors certified with PUCO as electricity generation will be considered. · Offerors shall certify and company information is active and accurate in the System for Award Management (SAM). · Reps and Certs must be complete in SAM. ALL four (4) Unique Requirements must be met to be considered. 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 30 DAYS. ELECTRIC GENERATION INFORMATION Transportation is through Ohio Edison - First Energy Annual consumption is estimated to be 9,750,000 KWH Account numbers for Ohio Edison are listed below. Electric Power Usage for 12 Months May-18 691,315 Jun-18 842,483 Jul-18 826,059 Aug-18 768,181 Sep-18 880,168 Oct-18 664,472 Nov-18 695,731 Dec-18 590,549 Jan-19 854,962 Feb-19 768,849 Mar-19 708,328 Apr-19 663,473 9,809,532 Total The account numbers listed below are associated with buildings at 3976 King-Graves Rd, Vienna, Ohio 44473 Customer Number Building Number Customer Number Building Number 1 08026362315000331584 104 29 08026362315000331809 507/506/505 2 08026362315000331585 109 30 08026362315000331810 510/502/503 3 08026362315000331587 112/111 31 08026362315000331812 516 4 08026362315000331588 113 32 08026362315000331818 517 5 08026362315000331591 120 33 08026362315000331838 518 6 08026362315000331593 126 34 08026362315000331881 522 7 08026362315000331595 128 35 08026362315000331884 525 8 08026362315000331600 201 36 08026362315000331887 530/531 9 08026362315000331602 208 37 08026362315000331888 532 10 08026362315000331603 217/219 38 08026362315000331889 533 11 08026362315000331604 295 39 08026362315000331891 538 12 08026362315000331605 301 40 08026362315000331892 540/541 13 08026362315000331606 302 41 08026362315000332099 9027 14 08026362315000331607 303 42 08026362315000332100 529 15 08026362315000331671 305 43 08026362315000332485 6006/8535 16 08026362315000331673 308 44 08026362315000332487 6006 17 08026362315000331675 309 45 08026362315000332490 534/536 18 08026362315000331676 311 46 08026362315000332492 102 19 08026362315000331797 312 47 08026362315000332494 106 20 08026362315000331798 400 48 08026362315000332497 539 21 08026362315000331799 401 49 08026362315000331429 101& lPH SVC 22 08026362315000331800 402/409 50 08026362315000339090 541 101& lPH SVC 23 08026362315000331801 403 51 08026362315000331811 511/512 24 08026362315000331802 407 52 08026362315000331601 203 25 08026362315000331804 413 53 08026362315000331672 307 26 08026362315000331805 415 54 08026362315001318217 27 08026362315000331807 501 55 08026362315001425372 521/FP 28 08026362315000331808 504 56 08026362315001425371 521 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: http://www.farsite.hill.af.mil. List of applicable provisions: FAR 52.204-7, System for Award Management 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 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.212-1, Instructions to Offerors, Commercial Items FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items Offerors must include a completed copy of the provision at FAR Part 52.212-3 or have completed the on-line certification at http://www.sam.gov. FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications FAR 52.252-1, Solicitation Provisions Incorporated by Reference DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls List of applicable clauses: FAR 52.202-1, Definitions FAR 52.203-3, Gratuities FAR 52.203-6 Alt I, Restrictions On Subcontractor Sales To The Government FAR 52.203-12, Limitation On Payments To Influence Certain Federal Transactions FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 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 and Other Covered Entities (Jul 2018) FAR 52.209-6, Protecting the Government’s Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items FAR 52.216-18, Ordering FAR 52.216-19, Order Limitations FAR 52.216-22, Indefinite Quantity FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-13, Notice of Set-Aside of Orders FAR 52.219-14, Limitations on Subcontracting. (DEVIATION 2019-O0003) FAR 52.219-28, Post-Award Small Business Program Rerepresentation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor—Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52-222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Equal Opportunity for Workers With Disabilities FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-50, Combating Trafficking in Persons FAR 52.222-54, Employment Eligibility Verification FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13, Restriction on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1, Disputes Alt I FAR 52.233-4, Applicable Law for Breach of Contract Claim 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 52.241-11, Multiple Service Locations FAR 52.242-13, Bankruptcy FAR 52.249-2, Termination For Convenience Of The Government (Fixed-Price) FAR 52.249-8, Default (Fixed-Price Supply & 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, Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product 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 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) DFARS 252.216-7006, Ordering DFARS 252.217-7027, Contract Definitization DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources As Subcontractors DFARS 252.225-7012, Preference For Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial Items 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 required to provide their DUNS Number, 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. Quote must be received by the 910th Contracting Office no later than 1:00 p.m. Eastern Standard Time (EST) on 15 July 2019. Please submit quote via email to lori.jenkins.1@us.af.mil or phyllis.delgros@us.af.mil, fax at (330) 609-1042, or by mail to 910th CONF/PK, BLDG 504, ATTN: Lori Jenkins or Phyllis Delgros, Youngstown Air Reserve Station, 3976 King Graves Road-Unit 31, Vienna Ohio 44473. Oral quotes will not be accepted. Offerors are responsible for ensuring their quote has been received and is legible. If you have any questions or require additional information, please email lori.jenkins.1@us.af.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »