SOLICITATION NOTICE
54 -- TRICON TYPE 2 AND OFFICE CONTAINERS
- Notice Date
- 8/7/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for California, USPFO for California, P.O. Box 8104, San Luis Obispo, CA 93403-8104
- ZIP Code
- 93403-8104
- Solicitation Number
- W912LA-09-T-6025
- Response Due
- 8/21/2009
- Archive Date
- 10/20/2009
- Point of Contact
- Stella Davis, 805-594-6287<br />
- E-Mail Address
-
USPFO for California
(stella.davis2@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared IAW 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 W912LA-09-T-6025 is issued as a Request for Quotations. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30, effective 15 January 2009. This solicitation is unrestricted. The NAICS code for this acquisition is 332311. The small business size standard for this NAICS code is 500 employees. The California Army National Guard has a requirement for Tricon containers with cabinetry to be shipped to Mather, CA 95655 and Office Containers to be shipped to Fresno, CA 93727 and Stockton, CA 95206. REQUIREMENT: **2 each Tricon Type II containers: 6.5 foot length x 8 foot width (EZ), configured with 4 cabinets and 4 roll out drawers, with CARC tan painted exterior. The Government considers Sea Box, Inc., part numbers: #SB822.0 CT-4-4RO, 2 each; #SB3631, 4 each; and #SB6000, 8 each to meet the minimum requirements for this item. **7 each Tricon Type II containers: 6.5 foot length x 8 foot width (EZ), NSN: 8145-01-528-7546, with CARC tan painted exterior. MINIMUM SPECIFICATIONS for Tricons as follows: Containers must be new and meet the following specifications: must be wind and water tight, grade A condition, vented (if required), have locking doors, be painted tan industrial single-color enamel, and have lifting points at all four corners. Interior finish: 1 1/8 inch marine plywood floor. Must meet Military Handbook 138A (Container Inspection Handbook for Commercial and Military Intermodel Containers) and latest ISO Standards. Delivery via flat bed. Off-loaded at job site. **2 each Office Containers: 20x8x8.5, insulated and dry walled, two (2) each 42 inch steal clad doors, two (2) each windows, two (2) each fluorescent lights, four (4) each 110v outlets, one (1) each phone jack, AC/Heat unit, and electrical panel and painted exterior. MINIMUM SPECIFICATIONS for Office Containers as follows: Containers must be new and meet the following specifications: must be wind and water tight, grade A condition, have locking doors, be painted tan industrial single-color enamel, and have lifting points at all four corners. Must meet Military Handbook 138A (Container Inspection Handbook for Commercial and Military Intermodel Containers) and latest ISO Standards. Simplified Acquisition Procedures will be utilized. The following provisions/clauses are incorporated: 52.252-2; Clauses incorporated by Reference; 52.204-7, Central Contractor Registration; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation Commercial Items; 52.212-4, Contract Terms and Conditions; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.223-15, Energy Efficiency in Energy-Consuming Products; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor registration; 52.222-50, Combating Trafficking in Persons; 52.233-3, Protest After Award; and 52.233-4 Applicable Law for Breach of Contract Claim. The provisions/ clauses at DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items apply to this acquisition and must be fully completed and submitted with offer; 252.212-7001 (Dev), Contract terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items (Deviation) are applicable to this acquisition. The following clauses are incorporated: 252.224-7000, Buy American Act Balance of Payments Program Certificate; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023 ALT III, Transportation of Supplies by Sea; and 252.232-7010, Levies on Contract Payments are also applicable to this acquisition. ALL ITEMS MUST COMPLY WITH THE BUY AMERICAN ACT. All vendors MUST be registered in the Central Contractor Registration (CCR). Duns & Bradstreet, CAGE Code & Federal Tax ID numbers MUST be submitted with offer. Offers are due NLT 10:00 a.m. on 21 August 2009 by mail or fax. Mail to Contracting Office, USPFO for CA, Attn: Stella Davis, Bldg. #633, 2303 Napa Ave, Camp San Luis Obispo, CA 93405-7609. Point of contact for information regarding this requirement is Stella Davis, 805-594-6287.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04/W912LA-09-T-6025/listing.html)
- Place of Performance
- Address: USPFO for California P.O. Box 8104, San Luis Obispo CA<br />
- Zip Code: 93403-8104<br />
- Zip Code: 93403-8104<br />
- Record
- SN01903388-W 20090809/090808000057-94a0ed0672275cff69e460ecb5ec98fc (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 |