Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2010 FBO #3029
SOLICITATION NOTICE

36 -- Overhead Bridge Crane

Notice Date
3/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
USPFO for California, P.O. Box 8104, San Luis Obispo, CA 93403-8104
 
ZIP Code
93403-8104
 
Solicitation Number
W912LA-10-T-0013
 
Response Due
3/26/2010
 
Archive Date
5/25/2010
 
Point of Contact
Stella Davis, 805-594-6287
 
E-Mail Address
USPFO for California
(stella.davis2@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Quotations are being requested and a written solicitation WILL NOT be issued. The solicitation W912LA-10-T-0013 is issued as a Request for Quotations. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38, effective 29 January 2010. This procurement is set aside for small business concerns. The NAICS code for this acquisition is 333923. The small business size standard for this NAICS code is 500 employees. The California National Guard has a requirement for the design, manufacture, delivery, installation and field testing of one each top running double box girder Overhead Bridge Crane with one trolley hoist at the Sacramento, CA Field Maintenance Shop. Download attached Statement of Work for complete specifications. The following provisions/clauses are incorporated: 52.252-2; Clauses incorporated by Reference; 52.204-7, Central Contractor Registration; 52.203-3, Gratuities; 52.203-6 ALT I, Restrictions on Subcontractor Sales to the Government; 52.204-4, Printed or Copied- Double Sided on Recycled Paper; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.219-6, Notice of Small Business Set-Aside; 52.219-8 DEVIATION, Utilization of Small Business Concerns DEVIATION; 52.219-14, Limitations of Subcontacting; 52.219-28, Post-Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-50, Combating Trafficking in Persons; 52.222-54, Employment Eligibility Verification; 52.223-5, Pollution Prevention and Right to Know Information; 52.223-15, Energy Efficiency in Energy-Consuming Products; 52.225-13, Restrictions on Certain Foreign Purchases; 52.228-5, Insurance Work on a Government Installation; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor registration; 52.233-2, Service of Protest; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.237-1, Site Visit; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 52.249-1, Termination for Convenience of the Government (Fixed-Price); and 52.249-8, Default (Fixed-Price Supply & Service). 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; 252.204-7004 ALT A, Central Contractor Registration; 252.212-7001 (Dev), Contract terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items (Deviation) are applicable to this acquisition; 252.225-7000, Buy American ActBalance of Payments program Certificate; and 252.225-7001, Buy American Act and Balance of Payments Program. The following clauses are incorporated: 252.203-7002 ALT A, Requirement to Inform Employees of Whistleblower Rights (ALT A); 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.211-7003, Item Identification and Valuation; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7035, Buy American ActFree Trade AgreementsBalance of Payments Program Certificate; 252.225-7036, Buy American Act Free Trade Agreements Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023 ALT III, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea and 252.232-7010, Levies on Contract Payments are also applicable to this acquisition. Simplified Acquisition Procedures will be utilized. All vendors MUST have a publicly visible registration in the Central Contractor Registration (CCR). Duns & Bradstreet, CAGE Code & Federal Tax ID numbers MUST be submitted with offer. All responsible business firms must respond in writing prior to 1:00 PM 26 March 2010 to USPFO for California, Contracting Office, 2303 Napa Ave, San Luis Obispo, CA 93405-7609. Email to stella.davis2@us.army.mil or fax to (805) 594-6348, ATTN: Stella Davis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04/W912LA-10-T-0013/listing.html)
 
Place of Performance
Address: USPFO for California P.O. Box 8104, San Luis Obispo CA
Zip Code: 93403-8104
 
Record
SN02086449-W 20100311/100309234501-72ab161da2e5d381c855ce4593ae598d (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.