SOLICITATION NOTICE
N -- PURCHASE AND INSTALL OF AUDIO VISUAL EQUIPMENT
- Notice Date
- 8/17/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- USPFO for California, P.O. Box 8104, San Luis Obispo, CA 93403-8104
- ZIP Code
- 93403-8104
- Solicitation Number
- W912LA-12-T-0019
- Response Due
- 9/5/2012
- Archive Date
- 11/4/2012
- 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-12-T-0019 is issued as a Request for Quotations. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, effective 26 July 2012. This procurement is set aside for small business concerns. The NAICS code for this acquisition is 541512. The small business size standard for this NAICS code is $25.0 million. The California National Guard has a requirement for the purchase and installation of audio visual equipment at Victory Hall, buildings 209 and 113, Camp Roberts, CA 93451. See attached Statement of Work for details. There will be a job walk at Camp Roberts on 28 August, 2012 at 8:00AM, Bldg 6038. POCs are CW2 Marty O'Clair and CW4 Mario Garcia. Contractor must provide enough detail in their quotation to address each requirement to include drawings/pictures of all equipment showing ports, connections, etc. Quotations must not exceed 35 pages total, including all attachments, figures, diagrams, etc. The following provisions/clauses are incorporated: 52.204-7, Central Contractor Registration; 52.204-10, Reporting Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or proposed for Debarment; 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; 52.228-5, Insurance - Work on a Government Installation; 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); 52.249-4, Termination for the Convenience of the Government (Services); 52.249-8, Default (Fixed-Price Supply & Service); 52.252-2; Clauses incorporated by Reference; 52.252-6, Authorized Deviations in Clauses; 252.201-7000, Contracting Officer's Representative; 252.203-7002, 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; 252.225-7035, Buy American Act - Free Trade Agreements - Balance of Payments Program Certificate; 252.232-7010, Levies on Contract Payments; and 252.247-7023 ALT III, Transportation of Supplies by Sea 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: 52.219-6, Notice of Small Business Set-Aside; 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 Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-44, Fair Labor Standards Act and Service Contract Act - Price Adjustment; 52.222-50, Combating Trafficking in Persons; 52.222-54, Employment Eligibility Verification; 52.223-15, Energy Efficiency in Energy-Consuming Products; 52.225-13, Restrictions on Certain Foreign Purchases; 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving; 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; 252.212-7001 (Dev), Contract terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items (Deviation) are applicable to this acquisition; 52.203-3, Gratuities; 252.225-7000, Buy American Act-Balance of Payments program Certificate; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; and 252.247-7024, Notification of Transportation of Supplies by Sea. Simplified Acquisition Procedures will be utilized. All vendors MUST have be registered 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 5 September 2012 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-12-T-0019/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
- SN02844631-W 20120819/120817235714-71c93389512838eeb38dc276e63e9479 (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 |