SOLICITATION NOTICE
54 -- This is a combined synopsis/solicitation for commercial items.
- Notice Date
- 6/10/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- USPFO for California, P.O. Box 8104, San Luis Obispo, CA 93403-8104
- ZIP Code
- 93403-8104
- Solicitation Number
- W912LA-11-T-0008
- Response Due
- 6/22/2011
- Archive Date
- 8/21/2011
- Point of Contact
- Jennifer Anderson, 805-594-6295
- E-Mail Address
-
USPFO for California
(jennifer.d.anderson2@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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation W912LA-11-T-0008 is issued as a Request for Quotations. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-23, effective 26 December 2007. This solicitation is 100% set aside for small business concerns. The objective is to award a single Firm Fixed Price contract to a Contractor who can provide all labor, materials, tools, equipment, installation, transportation, supervision, management, and training to complete the installation of a fall protection system. The NAICS code for this acquisition is 332312. The small business size standard for this NAICS code is 500 employees. The California National Guard has a requirement for the installation of 3 each fall protection systems to increase safety measures for personnel in charge of performing maintenance and repair on various types of aircraft. The 66ft. FlexRail fall arrest system, offered by Flexible Lifeline Systems is considered by the Government as an acceptable model for this solicitation. The California National Guard does not own, nor can it provide drawings or specifications for this item. If you are interested in submitting a proposal for this project, you have the opportunity to attend a Job Walk scheduled for: FRIDAY, JUNE 17, 2011 at 11:00 AM. Contractors shall meet at the 1106th TASMG Facility, 5168 E. Dakota Ave., Fresno, CA 93727. Please contact Jennifer Anderson at 805-594-6295 or jennifer.d.anderson2@us.army.mil, by Wednesday, June 15, 2011, if you plan on attending the job walk. All offers are to include AT A MINIMUM: 1.Cost of equipment to include all materials necessary to complete installation. 2.Cost of installation of fall arrest system. 3.Cost to train personnel on the use of the fall arrest system. 4.Any and all related travel and expense costs. To ensure access to the base, the driver of your vehicle must have a valid driver's license, vehicle registration and proof of insurance. All passengers must have a valid, government issued, photo ID. Please allow enough time to get through the security check at the gate and still be on time for the Job Walk at 11:00 am. All vehicles and people may be subject to search upon entry or at any time while visiting the Army Guard Base. Offers will be evaluated as to the best value to the Government. Vendors must disclose if they intend to utilize subcontractors. Any and all subcontractors must be identified clearly in the proposal. The following clauses are hereby incorporated: 52.252-2; Clauses incorporated by Reference; 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.211-16, Variation in Quantity, 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation -Commercial Items; 52.212-4, Contract Terms and Conditions; 52.219-6, Notice of Small business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 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; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans; 52.222-41, Service Contract Act of 1965; 52.223-5, Pollution Prevention and Right to Know Information; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor registration; 52.237-1, Site Visit; 52.222-50, Combating Trafficking in Persons; 52.233-3, Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 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: 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; 52.216-4 Economic Price Adjustment - Labor and Material; 52.216-5 Price Redetermination - Prospective; 52.212-9, Small Business Subcontracting Plan - (DEVIATION)Alternate II; 52.219-16, Liquidated Damages - Subcontracting Plan; 52.219-14, Limitations on Subcontracting; 52.222-54, Employment Eligibility Verification 52.228-5, Insurance - Work on a Government Installation; 252.201-7000, Contracting Officer's Representative; 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.247-7023 ALT III, Transportation of Supplies by Sea; 52.247-7024, Notification of Transportation of Supplies by Sea 252.232-7010, Levies on Contract Payments All vendors must be registered in the Central Contractor Registration (CCR). Vendors who have registered for a PRIVATE account with CCR (which is not visible to the Government) must provide a copy of their registration showing a current status. Quotes are due no later than June 22, 2011 before 2:00pm PST. Point of contact for this solicitation is SGT Jennifer Anderson at (805) 594-6295 or at jennifer.d.anderson2@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04/W912LA-11-T-0008/listing.html)
- Place of Performance
- Address: USPFO for California P.O. Box 8104, San Luis Obispo CA
- Zip Code: 93403-8104
- Zip Code: 93403-8104
- Record
- SN02469415-W 20110612/110610234646-d2139978ae39a8bf611a6cdf23cf12f3 (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 |