SOURCES SOUGHT
B -- Renewable Energy Feasibility Studies
- Notice Date
- 5/30/2014
- Notice Type
- Sources Sought
- NAICS
- 221114
— Solar Electric Power Generation
- 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
- SP060014R0419
- Archive Date
- 6/15/2014
- Point of Contact
- Terrell Grooms, Phone: 7037678533, Tonya D. Brailey-Jordan, Phone: 7037670798
- E-Mail Address
-
terrell.grooms@dla.mil, tonya.brailey-jordan@dla.mil
(terrell.grooms@dla.mil, tonya.brailey-jordan@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- PERFORMANCE WORK STATEMENT RENEWABLE ENERGY FEASIBILITY STUDIES DEFENSE LOGISTICS AGENCY SECTION 1: GENERAL INFORMATION •1.0 BACKGROUND. •1.0.1 DLA desires to meet the Energy Policy Act of 2005 (EPAct 2005) renewable energy goals through the use of on-site installations. This Act, also known as EPAct 2005 (Public Law 109-58), was signed into law on August 8, 2005. Subtitle A of H.R. 6, Federal Programs, re-established a number of Federal agency goals and amended portions of the National Energy Conservation Policy Act (NECPA). Additional federal energy conservation policy and guidelines are the Energy Independence and Security Act (EISA) 2007, Executive Order (E.O.) 13423 and Executive Order 13514. •1.0.2 Section 203 of the EPAct 2005 requires that of the total amount of electric energy the Federal government consumes during any fiscal year, the following amounts shall be renewable energy: a) Not less than 3 percent in fiscal years 2007 through 2009, b) Not less than 5 percent in fiscal years 2010 through 2012, and c) Not less than 7.5 percent in fiscal year 2013 and each fiscal year thereafter. •1.0.3 For purposes of determining compliance, the amount of renewable energy shall be doubled if: a) The renewable energy is produced and used on-site at a Federal facility; b) The renewable energy is produced on Federal lands and is used at a Federal facility; or c) The renewable energy is produced on Indian land and used at a Federal facility. •1.0.4 The Department of Energy (DoE) Federal Energy Management Program (FEMP) issues the Renewable Energy Requirement Guidance for EPACT 2005 and Executive Order 13423 to provide additional information to assist agencies in meeting the EO13423 and the EPACT 2005 Requirements. •1.0.5 Executive Order 13514, signed in October 2009, requires all new Federal buildings that entering the planning process in 2020 or thereafter be, "designed to achieve zero-net-energy by 2030". In addition, the Executive Order requires at least 15% of existing buildings (over 5,000 gross square feet) meet the Guiding Principles for Federal Leadership in High Performance and Sustainable Building (HPSB) by 2015, with annual progress towards 100% conformance". The two above mentioned project sites do not have buildings over 5,000 gross square feet currently; however, plan for future energy consumption reduction to net-zero through this project is strongly recommended and will be explored. 1.1 PURPOSE. 1.1.1 Energy Initiatives. In order to develop energy investment initiatives to move the DLA from previously verified or adjusted status quo baseline to a state of improved energy consumption and cost effectiveness, DLA needs to develop applicable investment initiatives. The Feasibility Studies (FS) will serve as the investment tools used for the identification of potential energy conservation and cost saving opportunities available through the development of a study to identify DLA sites that have the highest potential for solar technology applications. The Statement of Work (SOW) Support will ensure that the DLA receives quality proposals from Offerors and awards to the most capable contractor. 1.1.2 Alternative Funding. The DLA desires assistance in determining the optimal method for financing new renewable energy systems that are the most beneficial in the long term to the DLA. Alternative financing methods such as enhanced use leasing, energy savings performance contracts, power purchase agreements, and utility energy savings contracts, could mean that a 3 rd party owns, operates, and maintains the renewable energy system. 2.0 Project Scope 2.0.1 General. The contract is presented with single work task to support the renewable energy projects. Namely, Feasibility Study (FS). •2.0.2 Feasibility Studies (FS) to assess the potential for the installation of solar technology systems; it will consider site conditions, existing electrical systems conditions and a financial analysis for a system installation, including alternative financing possibilities. 2.1 Interested Parties : 2.1.1 The Contractor shall maintain a list of "interested parties" identified while performing the SOW. Interested parties are agencies (e.g., State Historic Preservation Office) or individuals who have been consulted or expressed interest in the action DLA is proposing. 2.1.2 The Contractor shall mail the Final Report copies per DLA direction to interested parties from the Sources Contacted List. 2.2 SCHEDULE: The following APPROXIMATE timelines are presented for Site Visits to DLA facilities and Data/Report Submission. This timeline is to be confirmed with the DLA facility prior to implementation. Events/Activities UOM (Day) Comments Post Award Conference 1 Site Visits 2 1 day for each site: DFSP Charleston, SC & Tampa, FL Draft Report/Matrix 60 DLA Review of Draft Report/Matrix 30 Final Report/Matrix 30 Extra Time Built-In 57 Total Period of Performance 180 (NTE) (Note: Efforts for multiple sites will be performed concurrently.) 2.2.1 WORKWEEK AND WORKLOAD. The normal administrative workweek is Monday through Friday, 0800 to 1630 hours; however, travel on weekends may be required to maximize onsite effectiveness. Performance will not be required for the following holidays: New Year's Day, Martin Luther King Birthday, President Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, and Christmas Day. 2.3 PROJECT LOCATIONS: 2.3.1 DFSP CHARLESTON AT JOINT BASE CHARLESTON AFB, SOUTH CAROLINA 2.3.2 DFSP TAMPA AT MACDILL AFB, FLORIDA SECTION 2: CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) AND SITE POINT OF CONTACT (POC) 3.0 COTR 3.0.1 The COTR monitors all technical aspects of the contract and assists in contract administration. 3.0.2 An appointment letter issued to the COTR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COTR. 3.1 The COTR is not authorized to change any of the terms and conditions of the resulting order. 3.1.1 Anticipated COTR contact information: •a) Name: •b) Address: •c) Telephone: •d) Email: •e) Agency: •f) Organization: •g) Business Unit (BU): •h) BU Division: •i) BU Code: DSFEI 3.1.2 Anticipated facility point of contact (POC) information for DFSP CHARLESTON AT CHARLESTON AFB, SC: •a) Name: •b) Address: •c) Telephone: •d) Email: •e) Agency: •f) Organization: •g) Business Unit (BU): 3.1.3 Anticipated facility point of contact (POC) information for DFSP TAMPA AT MACDILL AFB, FL: •a) Name: •b) Address: •c) Telephone: •d) Email: •e) Agency: •f) Business Unit (BU): 3.2 Accessibility/Base-Pass Obtainment. To access DFSP Charleston SC and DFSP Tampa FL, the Contractor shall provide the facility POC the following information: Full name, date of birth, driver's license number, SSN for each individual requiring entry on the installation. The necessary form can be obtained from the facility POC. This information is required two weeks prior to entry to have their background checks performed before they can receive base passes. Once entry is allowed, all personnel must sign in and out of the terminal daily. 3.3 Contracting Officer's Technical Representative (COTR) Review of Reports. The COTR will review all draft and final reports to verify completeness of the report and compliance with contract requirements. The reviews by the COTR are not to be interpreted as resulting in an approval of the Contractor quality of the work toward meeting contract requirements but are intended to discover any information which can be brought to the Contractor's attention which might prevent costly errors and misdirection. The Contractor shall remain completely responsible for completing all reports in full compliance with the requirements of the contract. 3.3.1 Constructive and corrective comments generated during the COTR review will be provided to the Contractor by the COTR with a copy to the Contracting Officer (CO). The Contractor shall respond to the comments within the timeframes approved by the CO. 3.3.2 The Contractor shall respond to all report review comments in writing to the COTR and CO, indicating one of the following: (1) Adoption and action taken, (2) Adoption with modifications and action taken, (3) Alternative resolution and action taken, or (4) Rejection. 3.3.3 In cases other than unqualified adoption, the Contractor shall provide a statement as to why the reviewer's comments and/or recommendations are inappropriate. Any disagreements will be referred to the CO for a final decision. Report review comments shall not relieve the Contractor from compliance with terms and conditions of this contract. 3.4 Report Signature. Each report shall be signed by the Contractor personnel who prepared the report and/or is responsible for its preparation. 3.5 Report Acceptance. Government Acceptance (and for purpose of payment) occurs after the delivery of the Final Report by the Contractor and review by COTR and resolution of comments of the Final Report. Acceptance will be made by the COTR with a copy to the CO. 4.0 ORDER TYPE 4.0.1 The Government anticipates award of a firm-fixed-price task order. All work specified in this PWS must remain within the awarded firm-fixed-price. This effort includes providing qualified personnel, proper supervision, and following industry accepted methodologies and other practices. The effort is further characterized by operating at all times with the Government's best interest in mind, using efficient and effective methods, and demonstrating sound cost control. The effort shall be on a firm-fixed-price order and the Contractor's profits were dependent upon reducing costs, while meeting the Government's requirements, in terms and quality and schedule. Failure to provide this required effort may result in the withholding of payment for hours expended that do not qualify as best effort or a reduction in the rate per hour to reflect decreased value of services received. 5.0 FEASIBILITY STUDY 5.1 General. The Contractor shall conduct technical and economic feasibility assessments for each of the selected sites. The Contractor shall gather all information from the site, analyze and provide insight into the operating profile of the facilities and their consequent suitability for a solar system and shall recommend the most feasible solution for the specified site, including the potential for alternative financing. 5.2 Site Visit. 5.2.1 The purpose of the site visit is for the Contractor to observe and evaluate existing field conditions and collect relevant data as necessary to accomplish the work. The Contractor's site visit shall consist of an adequate number of specialized personnel. 5.2.2 Follow-up site visits may be needed during the process of the report preparation, if deemed necessary and approved by the CO. Reports summarizing the conditions observed, personnel contacted, and data gathered during the visits shall be included in the Draft and Final reports. 5.2.3 The Contractor shall provide a "Site Visit plan" listing the planned subject matter expert (SME) personnel, number of days and elements of travel costs IAW the Federal Travel Regulations (FTR). 5.2.4 During the site visit, walkthroughs of the potential areas shall be conducted. Facility personnel will escort and participate in each site visit walk-through of all areas of the facility to provide appropriate assistance, access and information. The Contractor shall obtain appropriate measurements and coordinate data collection of key equipment operating parameters during the walk-through. 5.2.5 The Contractor shall also collect as-builts and verify through inspection and testing (with COTR approval and supervision) the location, capacity and condition of all utilities, including mechanical and electrical equipment, affected by any solar system to be installed. 5.3 Data Collection. 5.3.1 The COTR will provide the Contractor updated billing histories for facility electrical as required. Any lacking information of the historical utility billing, the Contractor is responsible to obtain required data directly from the utility providers for accuracy. 5.3.2 As a minimum, the following information shall be coordinated, obtained, gathered and/or collected by the Contractor for each site: a) Electrical usage b) Possible electrical distribution system modification c) All available incentives, grants, and rebates d) Rates/Tariff information e) Site drawings f) Any potential or existing adverse conditions for solar projects at this site g) Description of site operations 5.4 Technical A nalysis Determination. 5.4.1 The Contractor shall determine the feasibility of installing a solar technology system to meet the facility requirements within Contractor-stated parameters. Contractor shall discuss and evaluate options and provide a recommended alternative most beneficial and cost effective to the Government. In the process, the Contractor shall perform detailed technical analyses, determine electrical power production, investment cost and the economic merit of the alternatives recommended. The Contractor shall graph monthly utility loads and shall also use computer modeling of the utility bills to ensure that savings predictions are modeled on real tariffs. 5.4.2 Using a minimum of two years of data, the Contractor shall develop facility energy baseline models. Component baseline models shall be represented using the most relevant physical parameter(s) as the independent variable(s). The baseline energy models shall be developed using one or more of the following types of data: •a) Short-term measured data obtained from data loggers or the Energy Management Control System (EMCS) •b) Long-term hourly or 15-minute whole building energy data (where Automated Meter Readings (AMRs) are available and accessible) •c) Historical and current utility bills 5.4.3 The Contractor shall determine electrical equipment capacities, utility locations and potential interconnection points for the potential new systems based on the as-built blueprints, drawings and schematics for each facility, if available. 5.4.4 The Contractor shall determine the system to meet or exceed peak demand by analyzing and determining the requirements of the facility to meet or exceed a net zero goal for current operations with some additional capacity to meet future mission requirements. 5.4.5 The Contractor shall determine the system to meet or exceed peak demand by analyzing and determining the requirements of the facility. 5.4.6 Calculations shall be titled with each analysis clearly indicating subject/problem being studied, applied references, assumptions, and analysis of answer. The Contractor shall: 5.4.7 Determine the appropriate system size and production potential 5.4.8 Provide a conceptual single line illustration diagram of system 5.4.9 The Project Delivery Team (PDT) will gather site data and existing information, such as site maps, utility providers, utility rates, service agreements, energy history, etc. An initial evaluation will be made prior to the site visit to determine relevant data needs for each analysis. Each site will then be visited by a team of subject matter experts (SME) to complete data acquisition and physical examination for analyses. The evaluation will be completed using the data gathered from all sources and documented in a report to the customer. 5.4.10 Net metering and interconnection requirements from each job site state must be obtained and included in the final study report. The report should contain any and all limitations and restrictions on pricing, size of the solar system. 5.5 Solar equipment setbacks and Clearance Requirement. 5.5.1 Please observe and indicate all required federal, state, local, etc. mandated setbacks in regards to the proximity of any equipment associated with a potential photovoltaic system. 6.0 Financial Analysis. 6.1 General. The evaluation shall contain sufficient information of proposed capital investments that are expected to reduce the long-term operating costs of the options proposed under this contract for the Government to determine whether the proposed options are economically feasible. The Contractor shall conduct a comprehensive financial analysis for the identified options. The Contractor shall determine if any significant energy conservation opportunities exist as a result of the project implementation. 6.2 The Contractor shall provide detailed estimated costs to implement project, including new equipment, labor, Operation and Maintenance (O&M) costs, Contractor's overhead & profit, and other relevant costs, including the source of the data/ cost. The Contractor shall cross-check these estimates against other known metrics. 6.3 The Contractor shall compute Life Cycle Cost Analysis (LCCA) for project alternatives; compare project alternatives in order to determine which has the lowest LCCA, perform annual cash flow analysis, and compute Net Savings (NS), Savings-to-Investment Ratio (SIR), and Adjusted Internal Rate of Return (AIRR) for project alternatives over their designated life-cycle period. 6.3.1 A lifecycle cost analysis (LCCA) will be developed for each measure that is determined to be technically feasible. The economics of the evaluation will be summarized in a matrix, reporting the expected annual performance output for potential renewable energy project, in megawatts (MW), megawatt-hours (MWH), and millions of British Thermal Units (MBTU). The estimated cost per MW for a turnkey project system implementation of each renewable energy project will also be determined. The purpose of the matrix is to enable DLA selections of the project types which will be developed in Task 2. 6.4 The Contractor shall evaluate the following financing options for systems at the specified site: a) Energy Savings Performance Contract (ESPC) b) Utility Energy Services Contract (UESC) c) Enhanced Use Leased (EUL) d) Direct Funding (DF) e) Power Purchase Agreements (PPA) 6.5 The Contractor shall analyze whether the operating and investment costs result in sufficient rates of return after initial capital outlay, including calculated Savings to Investment Ratio (SIR). In the analysis, the Contractor shall evaluate installation costs of the solar system; operating costs including electricity purchased, any decrease in operating or production efficiency over time, operating labor, and maintenance; and investment-associated cost including (but not limited to) investment tax credits, depreciation, local property taxes, and insurance. 6.6 The contractor shall evaluate the potential impacts of utility and or state rebate and tax incentive programs designed to encourage the use of solar systems. The Contractor shall account for any varying incentives due to system capacity and shall analyze proposed systems at varying capacities to maximize any incentives available at that location. The Contractor shall clearly state proposed cost for systems both with and without such incentives. 7.0 Final Report. 7.1 An electronic copy of the draft Feasibility Studies Report (FSR) will be submitted no later than 60 calendar days from the end of the site visit. Review comments on the report will be available not later than 30 calendar days after the report is submitted. The final report will be submitted within 60 calendar days of the receipt of the DLA comments (two electronic copies on CD and 2 color paper copies). 7.2 An electronic copy of the Feasibility Study Matrix (FSM) no later than 60 calendar days from the end of the site visit. Review comments on the matrix will be available no later than 30 calendar days after the report is submitted. An electronic copy and 2 color paper copies of the revised report will be submitted within 30 calendar days of the receipt of the review comments. 7.3 Summarize findings by 1) rank conceptual designs in terms of effectiveness and desirability, and 2) provide overall recommendation for proposed system installation. Note: Additional 57 days are included to cover any unforeseen items and/or extra visits may be needed. The total project performance days are Not-To-Exceed (NTE) 180. 8.0 CORRESPONDENCE, REPORTS, AND SUBMITTALS 8.1 Letter of Transmittal. A letter of transmittal, identifying the contents of the submissions will accompany all submittals. 8.2 Report Format. The Contractor shall prepare and submit all draft and final reports to the Contracting Officer's Technical Representative (COTR). Final reports shall be in 8-1/2 x 11 inch format, double sided as appropriate, and will be clamshell bound. Photos will be in color. Graphics, such as maps, plans, tables and charts, may be black and white or color and will be prepared, integrated and numbered consecutively with the text on either 8.5" x 11" or 11" x 17" paper. The cover will be printed in color and will indicate the contract number/task order and title, name of the DLA facility, location, DLA seal or logo, and current date. Compact disks with electronic files of all text and graphics will be submitted with the final submittal. This also includes electronic copies of all appendices. Working copies of all files will be provided. Electronic versions of the deliverables will be provided in Microsoft Word and MS Excel format, as applicable. 8.3 All reports shall be: •a) In the final prescribed format •b) Reflect resolution of all COTR comments •c) Be written in layman's language with limited technical terminology •d) Not contain technical, statistical, or scientific terminology without providing related explanatory information •e) Include performed technical calculations including assumptions were made •f) Include a Table of Contents and Appendices •g) Include a glossary of terms or explanations •h) Contain all contract numbers, date prepared, logo of the company, address, telephone number, and other pertinent information 8.4 Quality Assurance (QA). The Contractor will be responsible for quality assurance of all submittals. Submittals that exhibit low-quality reproduction, poor information formatting, or obvious graphical or technical errors will be reworked until acceptable. •a) Comments Resolution. In responding to DLA reviews and comments, the PDT will annotate in writing the resolutions to reviewer comments. Both the reviewers' comments and the annotated resolutions will be provided in writing to DLA. Barring annotation to the contrary, all comments will be addressed and appropriately incorporated into subsequent submittals unless directed otherwise by the DLA. 8.5 Project Review. The Contractor will communicate by electronic-mail, fax, or by U.S. mail regarding questions on the submittal comments and corrections required. The selected Contractor will not consider any portion of the work to be completed until it is approved and accepted by DLA. 9.0 TRAVEL, BASE ACCESSIBILITY AND PHOTO AUTHORIZATION REQUIREMENT: 9.1 Government anticipates the Contractor to travel to DFSP Charleston, South Carolina (SC) and DFSP Tampa, Florida (FL) up to two times for the duration of the project. Travel shall be a separate CLIN and IAW JTR. The government requires Contractor to provide a written travel plan including approximate travel dates, expected duration, origin and destination, purpose, estimated costs and number/names of personnel traveling two weeks prior to travel date. 9.2 Security Clearance (SC) Requirement. SC will not be required to carry-out the tasks; however, the Contractor must request and receive approval to base access a minimum two weeks prior to a visit. The Contractor will be escorted by the government representative each and every time. No exception. 9.3 Photo Authorization (PA) Requirement. The Contractor must obtain PA prior to attempt photographing of any and all government premises and equipment. SECTION 3: CONTRACTOR PERSONNEL 10.0 PROGRAM MANAGER (PM) 10.1 The PM is responsible for the daily operation and performance of this task order. The individual's point of contact information (name, telephone, and email) must be submitted, as well as, point of contact information for an alternate or alternates that will act in the PM's absence. 10.2 The PM must be available via telephone or electronic mail during normal business hours, unless otherwise stated. 10.3 The PM and alternate or alternates must be able to read, write, speak, and understand English. 11.0 CONTRACTOR EMPLOYEE 11.1 The contractor must not employ persons for work on this task order if such an employee is considered by the COTR to be a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population. Personnel shall be a United States citizen. 11.2 The contractor must not employ any person who is an employee of the U.S. Government if employing that person would create a conflict of interest. 11.3 The contractor must speak, read and write the English Language fluently. English shall be the only language used with regard to this task order for written correspondence, discussions and other business transactions. 11.4 Restrictions on the Release of Information: Information acquired by the contractor pursuant to the performance of this PWS shall not be disclosed by the contractor to others outside of the approved contractor team members and DLA Energy staff without the prior approval of the COTR. 12.0 KEY CONTRACTOR PERSONNEL 12.1 Resumes must be provided in the technical proposal for key personnel that will be utilized during requirement performance. 12.2 The contractor shall make no substitution of key personnel unless the substitution is necessary due to illness, death, or termination of employment. The contractor shall notify the COR within three business days after the occurrence of any of these events. The contractor must provide a detailed explanation of the circumstances necessitating the proposed substitutions, provide complete resumes for the proposed substitutes, and provide any additional information requested by the COR. Proposed substitutes should have comparable qualifications to those of the person(s) being replaced. The COR through the CO will notify the contractor of the acceptability of the substitutes within three business days after receipt of all required information. 12.3 If the CO determines that (1) suitable and timely replacement of key personnel who have been reassigned, terminated or have otherwise become unavailable for the task order work is not reasonably forthcoming, or (2) the resultant substitution would be so substantial to impair the successful completion of the contract or task order in accordance with the proposal accepted by the Government at the time of task order award, the CO may (1) terminate the task order for default or for convenience of the Government, as appropriate, or (2) at his/her discretion, if he finds the contractor at fault for the condition, equitable adjustment the contract price downward to compensate the Government for any resultant delay, loss, or damage. 13.0 POST AWARD CONFERENCE : 13.1 The Contractor agrees to attend any post award conference convened by the CO or COTR in accordance with FAR Subpart 42.5. SECTION 4: GOVERNMENT FURNISHED PROPERTY AND SERVICES 14.0 Government Furnished Property and Services will not be anticipated: 14.1 The Government will not provide any of the following: workspace/cubicles for Contracted employees, workspace, general administration support equipment including access to telephone, laptop, local area network (LAN), software, copier, facsimile, and printers. Contractors will not be allowed to utilize DLA equipment to access the service areas. 14.2 The Contractor must ensure protection, through completed non-disclosure statements, of the integrity and sensitivity of the information provided by DLA Energy or collected from any other source while performing under this requirement. 14.3 All documents and technical data provided to the Contractor during the execution of this service are considered confidential and shall not become property of the Contractor, unless specifically authorized by DLA. 14.4 Request for specific Government Furnished Property and Services must be submitted in writing to the COTR and will be acted upon by the Government within 35 days of receipt. 14.5 Except for those items specifically stated in this section, the Contractor shall furnish everything required to perform the services in this PWS. SECTION 5: INVOICING 15. INVOICING: An invoice is the Contractor's bill or written request for payment for services performed. 15.1 The Defense Logistics Agency Energy (DLA Energy) currently uses a manual contract writing system and is in the process of developing an automated contract writing system. Implementation of this system is estimated to begin in the year 2013. It will enable DLA Energy to utilize Wide Area Workflow (WAWF) to process invoices and receiving reports. WAWF is described in the ELECTRONIC SUBMISSION OF PAYMENT RQUESTS AND RECEIVING REPORTS clause. By submitting an offer, the Offeror agrees to use WAWF when DLA Energy changes from a manual contract writing system to an automated writing system for all DLA Energy-funded items in contract. 15.2 If the Contractor has submitted an accurate invoice, payment from the Government will occur no later than 30 days after receipt. 15.3 Regarding invoices for Travel, in accordance with the JTR, receipts must be supplied with amounts of excess of $____. 15.4 A proper invoice shall include the following: •a. Company letter head •b. Company address •c. Cage code •d. Contracting Officer's Representative name and address •e. Contract number •f. Task order number •g. Line of accounting (LOA) - located on DD 1155 •h. Invoice number - generated by Contractor •i. Invoice period - for example: May 01 - May 31, 2014 •j. Contract Line Item Number (CLIN) - located on DD FORM 1155 •k. Applicable dollar amount per CLIN •l. Printed name and title of company representative with associated signature and date. END.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SP060014R0419/listing.html)
- Place of Performance
- Address: DLA Energy, 8725 John J. Kingman Rd, Fort Belvoir, Virginia, 22060, United States
- Zip Code: 22060
- Zip Code: 22060
- Record
- SN03381223-W 20140601/140531021857-433e27f5b590e3e4741c0fa689eaef0c (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 |