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, FA665621Q0003 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 2021-05 (10 March 2021) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20210521.
This solicitation is 100 percent total small business set-aside: the North American Industrial Classification System (NAICS) code for this commercial item is 221118 – Other Electric Power Generation; the small business size standard is 250 employees.
UNIQUE REQUIREMENTS:
To be considered, ALL five (5) 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.
Annual consumption is estimated to be 8,744,000 KWH
All quotes must be stated in KWH unit price.
Oral quotes will not be accepted. Offerors are responsible for ensuring their quote has been received and is legible.
*Supplies shall be domestic in origin.
ALL QUOTES MUST BE VALID FOR 30 DAYS.
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 52.204-7, 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 252.204-7016, Covered Defense Telecommunications Equipment or Services—Representation
DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation
DFARS 252.206-7000, Domestic Source Restriction
DFARS 252.215-7007, Notice of Intent to Resolicit
DFARS 252.225-7012, Preference for Certain Domestic Commodities
DFARS 252.225-7048, Export-Controlled Items
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 Re-representation
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,
FAR 52.222-50, Combating Trafficking in Persons
FAR 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.225-13, Restriction on Certain Foreign Purchases
FAR 52.232-39, Unenforceability of Unauthorized Obligations
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
FAR 52.233-1, Disputes Alt I
FAR 52.233-3, Protest After Award
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 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form) Alt I
FAR 52.249-8, Default (Fixed1-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 252.204-7012, 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 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past
Performance Evaluations
DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors
DFARS 252.217-7027, Contract Definitization
DFARS 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials
DFARS 252.223-7008, Prohibition of Hexavalent Chromium
DFARS 252.225-7001, Buy American and Balance of Payments Program
DFARS 252.225-7052, Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten
DFARS 252.225-7002, Qualifying Country Sources As Subcontractors
DFARS 252.232-7007, Limitation of Government’s Obligation
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.232-7017, Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and
Consideration
DFARS 252.243-7001, Pricing of Contract Modifications
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 MSG/PK if received by the listed closing date and time.