SOLICITATION NOTICE
24 -- SPYDERCRANE
- Notice Date
- 9/5/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333120
— Construction 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-6003
- Response Due
- 9/17/2010
- Archive Date
- 11/16/2010
- 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-6003 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 333120. The small business size standard for this NAICS code is 750 employees. The California National Guard has a requirement for one each, SpyderCrane, Model #: URW376CDRS Diesel/Electric, delivered to Stockton, CA Field Maintenance Shop, 95206. The Government considers URW376CDRS Deisel/Electric manufactured by SpyderCrane or EQUAL to meet the minimum requirements of the Government. Equipment offered must meet all characteristics of the SpyderCrane part number listed in this announcement including but not limited to compactness, maneuverability and ability to be used both inside and outside an aircraft. Must be able to fit through a doorway and be operated by a single individual. The following provisions/clauses are incorporated: 52.252-2; Clauses incorporated by Reference; 52.204-7, Central Contractor Registration; 52.204-4, Printed or Copied- Double Sided on Recycled Paper; 52.204-10, Reporting Subcontract Awards; 52.211-6, Brand Name or Equal; 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; 52.233-2, Service of Protest; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.249-1, Termination for Convenience of the Government (Fixed-Price); 52.249-8, Default (Fixed-Price Supply & Service); 52.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7004 ALT A, Central Contractor Registration; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.211-7003, Item Identification and Valuation; 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals; 252.225-7010, Commercial Derivative Military Article Specialty Metals Compliance Certificate; and 252.232-7010, Levies on Contract Payments are also applicable to this acquisition. The following provisions/ clauses at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items apply to this acquisition: 52.203-6 ALT I, Restrictions on Subcontractor Sales to the Government; 52.219-6, Notice of Small Business Set-Aside; 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; 52.222-50, Combating Trafficking in Persons; 52.223-15, Energy Efficiency in Energy-Consuming Products; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor registration. The provisions/ clauses at DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items apply to this acquisition; 52.203-3, Gratuities; 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; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023 ALT III, Transportation of Supplies by Sea; and 252.247-7024, Notification of Transportation of Supplies by Sea. 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 10:00 AM 17 September 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-6003/listing.html)
- Place of Performance
- Address: USPFO for California 2303 Napa Ave San Luis Obispo CA
- Zip Code: 93405-7609
- Zip Code: 93405-7609
- Record
- SN02268882-W 20100907/100905233020-64ad10328e1037e952551e021d97b297 (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 |