Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2010 FBO #3008
SOLICITATION NOTICE

54 -- PURCHASE AND INSTALLATION OF PREFABRICATED INTERIOR MODULAR BUILDING

Notice Date
2/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
321992 — Prefabricated Wood Building 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-0011
 
Response Due
3/1/2010
 
Archive Date
4/30/2010
 
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-0011 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 321992. The small business size standard for this NAICS code is 500 employees. The California National Guard has a requirement to purchase, delivery and installation of one each prefabricated Interior Modular Building. The building must be 23 feet wide x 50 feet long x 8 feet high; must have one separate 10 feet x 12 feet partitioned section with 2 windows, single pane; a lockable door; adequate recessed ceiling light in office space; separate light switches/fixtures properly wired. The building will be freestanding from any walls and will be placed on a concrete floor. The following provisions/clauses are incorporated: 52.252-2; Clauses incorporated by Reference; 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.219-6. Notice of Small Business Set-Aside; 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; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor registration; 52.222-50, Combating Trafficking in Persons; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; and 52.225-13, Restrictions on Certain Foreign Purchases. 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; and 252.225-7000, Buy American ActBalance of Payments program Certificate. The following clauses are incorporated: 252.203-7002 ALT A, Requirement to Inform Employees of Whistleblower Rights (ALT A); 252.211-7003, Item Identification and Valuation; 252.225-7035, Buy American ActFree Trade AgreementsBalance of Payments Program Certificate; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023 ALT III, Transportation of Supplies by Sea; 52.247-7024, 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 1300 1 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-0011/listing.html)
 
Place of Performance
Address: USPFO for California P.O. Box 8104, San Luis Obispo CA
Zip Code: 93403-8104
 
Record
SN02065649-W 20100218/100216234236-e7ea0f7e472b25faa32201d2f00b30d8 (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.