Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2012 FBO #3795
SOURCES SOUGHT

91 -- Direct Supply Natural Gas

Notice Date
4/13/2012
 
Notice Type
Sources Sought
 
NAICS
211111 — Crude Petroleum and Natural Gas Extraction
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Energy, 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6222, United States
 
ZIP Code
22060-6222
 
Solicitation Number
SPE600-12-R-XXXX
 
Point of Contact
Stephen F. Glass, Phone: 703-767-8548, Joseph D. Knudson, Phone: 703-767-1153
 
E-Mail Address
Stephen.Glass@dla.mil, joseph.knudson@dla.mil
(Stephen.Glass@dla.mil, joseph.knudson@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice only. It seeks information from small business sources that can provide direct supply natural gas. No solicitation is being issued at this time. The amount of information available for publication at this time is limited. This notice is also issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. The Defense Logistics Agency (DLA) Energy, Natural Gas Division, Installation Energy Directorate seeks potential small business sources to provide direct supply and delivery of natural gas to DoD and Federal Civil facilities in the following states: Alabama, Arkansas, Florida, Louisiana, Mississippi, North Carolina, Oklahoma, South Carolina, and Tennessee, and Texas. Interested firms should be able to deliver natural gas via interstate/intrastate pipelines, place nominations for natural gas consumption for customers behind applicable Local Distribution Companies (LDCs) and/or directly connected to interstate pipelines, and manage customer consumption to comply with applicable balancing provisions. The Government will award multiple requirements type contracts. The Government will award firm, fixed price with economic price adjustment contracts for 27 months, beginning on or about February 1, 2013. The Contractor shall act as the nominating and balancing agent on behalf of the Government customers with local distribution companies (LDCs) and pipelines. The applicable North American Industry Classification System (NAICS) code is 211111 and the small business size standard is 500 employees. The Government is interested in the following small business categories to respond to this notice: Small Businesses, 8(a) Businesses, Historically Underutilized Business Zone (HUBZone) Businesses, and Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Responses are limited to not more than 5 pages. The Government will use this information, in addition to other information obtained, to determine its small business set-aside decision. Any information provided by industry to the Government as a result of this notice is voluntary. The Government will not pay for any information submitted in response to this notice. All responses to this notice are to be submitted by 1500 hours EDT on April 27, 2012. Only responses submitted via email will be considered. Email submissions to: dlaenergy.ngteam@dla.mil. In the event a decision is made to set-aside line items within the solicitation, an offeror who certifies as a small business and offers on a line item set aside for exclusive small business participation must: · propose to furnish direct supply natural gas from a well owned and operated by a small producer(s), which is defined by the Small Business Administration · clearly demonstrate a direct relationship between the natural gas well(s) owned and operated by a small business producer · provide supply commitment letters from the small business producer(s) that will be utilized during the contract performance period indicating a firm commitment to supply natural gas in the quantity required by the line item set aside for small business Interested companies should respond to the following: 1. Provide a company profile to include number of employees, office location(s), DUNS/CAGE Code number, and a statement regarding current business status. Please note that registration in the Central Contractor Registration (CCR) is required for DLA Energy contractors. 2. Past Performance. Do you have experience as a prime contractor or subcontractor providing supply and transportation (firm and/or interruptible) of natural gas to retail customers served by a LDC or retail customers not served by an LDC? If so, please provide the following information: The LDC and/or pipeline in which you have experience in serving retail customers, the number of months of experience you have within the past two years for each LDC and/or Pipeline, and the Pipelines in which you currently have service agreements with. If your firm acted as a subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. 3. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, and type(s) of service would you perform. 4. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a 27-month contract at one or more locations, in the event there are difficulties with invoice payments? 5. Do you currently have a direct relationship with a small business producer(s)? If so, please provide the name of the producer and the expiration date of the agreement. 6. Will you be able to obtain supply commitment letters from a small business producer(s) indicating a firm commitment to cover all quantities required during a 27-month contract performance period?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE600-12-R-XXXX/listing.html)
 
Place of Performance
Address: DoD and Federal Civil facilities in the following states: Alabama, Arkansas, Florida, Louisiana, Mississippi, North Carolina, Oklahoma, South Carolina, and Tennessee, and Texas, United States
 
Record
SN02722266-W 20120415/120413235619-35b1b34261e96a45d4372e89eef25a51 (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.