Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 14, 2017 FBO #5804
SOURCES SOUGHT

91 -- Bituminous Coal

Notice Date
10/12/2017
 
Notice Type
Sources Sought
 
NAICS
212112 — Bituminous Coal Underground Mining
 
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
SPE60418R0400
 
Point of Contact
Joan M. Brickhill, Phone: 7037678524, Donald R. Garland, Phone: 7037678677
 
E-Mail Address
joan.brickhill@dla.mil, donald.garland@dla.mil
(joan.brickhill@dla.mil, donald.garland@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE -MARKET RESEARCH This is a Sources Sought Notice only. It seeks information from small business sources that can provide bituminous coal to the Architect of the Capitol, U.S. Capitol Power Plant (USCPP), located in the District of Columbia (DC). Free on Board (FOB) destination proposals only. Coal requirements are: 10,000 NTS (5,000 NTS per year). Period of Performance is May 1, 2018 through April 30, 2020. This notice is issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. Interested firms should be able to deliver bituminous coal FOB by rail to destination. The Government will award a requirements type contract. Award will be made as a firm fixed price two-year contract. The Contractor shall have the financial and technical capabilities to perform under subsequent contract. The North American Industry Classification System (NAICS) Code is 212112 and the small business size standard is 1,500 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, Women-Owned Small Businesses (WOSBs), and Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Mine sources shall be small businesses. 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 EST on October 27, 2017. Only responses submitted via e-mail will be considered. E-mail submissions to: dlaenergy.coalteam@dla.mil. In the event a decision is made to set-aside this line item within the solicitation, an offeror who certifies as a small business and offers on this line item set aside for exclusive small business participation must: •· propose to furnish bituminous coal from a well owned and operated by a small business producer/mine, as defined by the Small Business Administration. •· clearly demonstrate a direct relationship between the coal mine owned and operated by a small business producer. 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 System for Award Management (SAM) is required for DLA Energy contractors. 2. Do you have experience as a prime contractor providing supply and transportation (FOB destination) of bituminous coal to any utility or installation? If so, please provide a description of your experience providing bituminous coal to utilities or installations. 3. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a 24-month contract at one or more locations, in the event there are delays with the payment process? 4. Do you currently have a direct relationship with a small business coal producer? If so, please provide the name of the coal producer, the tonnages associated with the any contract or agreement. Please be advised that prior to submitting an offer all coal producers/sources must have a sample sent to the Department of the Army, U.S. TARDEC Petroleum Laboratory, New Cumberland, PA, for testing and qualification. Coal samples shall be sent to the TARDEC Petroleum Laboratory for testing prior to submitting an offer. 5. Offerors must provide, with the initial offer, a DLA Energy Form 4.23, Authorization and Mine Description/supply commitment, completed and signed by an authorized official of the small business mine proposed, agreeing to supply the coal requirements covering a 24-month contract period of performance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE60418R0400/listing.html)
 
Place of Performance
Address: Architect of the Capitol, U.S. Capitol Power Plant (USCPP), District of Columbia, Washington, DC, District of Columbia, District of Columbia, 20003, United States
Zip Code: 20003
 
Record
SN04712609-W 20171014/171012231428-eed2c158b8ce881d8356bdfba36519fe (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.