SOLICITATION NOTICE
99 -- LOADING PLATFORM AND RAMP
- Notice Date
- 8/20/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- USPFO for California, P.O. Box 8104, San Luis Obispo, CA 93403-8104
- ZIP Code
- 93403-8104
- Solicitation Number
- W912LA-12-T-0027
- Response Due
- 9/20/2012
- Archive Date
- 11/19/2012
- Point of Contact
- Jose, 805 594 6379
- E-Mail Address
-
USPFO for California
(jose.a.hernandez6@us.army.mil)
- Small Business Set-Aside
- N/A
- 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-0027 is issued as a Request for Quotations. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30, effective 15 January 2009. This procurement is set aside for small business concerns. The NAICS code for this acquisition is 332999. The California National Guard has a requirement for 1 LPR S-6012650-L yard king steel loading platform and ramp with serrated steel grating travel surface, 2 piece design consisting of a 30 foot loading ramp and a 20 foot loading platform and a 20 foot loading platform, both ramp and platform are 126 inches outside width and 122 inches inside width on the travel surface, 60,000 lb capacity, yard king quick connect between ramp and platform. Manual crank legs on front and rear of platform for height adjustment and failsafe support, hinged leveling plate on platform to allow access to different height trucks without cranking the legs, 42" to 56" working height range, 6 inch safety curbs on outside edges of ramp and platform, 42 IN tall removable safety handrail on platform, Forklift pick up tubes on ramp for placement by large forklift, sand blasted and painted the color of choice. The following provisions/clauses are incorporated: 52.252-2; Clauses incorporated by Reference; 52.204-7, Central Contractor Registration; 52.211-6, Brand Name or Equal; 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; 52.232-33, 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; 52.223-15; Energy Efficiency in Energy-consuming Products; 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 Act-Balance 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 Act-Free Trade Agreements-Balance 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. Contract will be awarded unless another firm can provide equivalent service. Equipment offered must meet all characteristics of the part numbers listed in this announcement. All responsible business firms must respond in writing prior to 0800 20 September 2012 to USPFO for California, Contracting Office, 2303 Napa Ave, San Luis Obispo, CA 93405-7609. Email to jose.a.hernandez6@us.army.mil or fax requests to (805) 594-6348, ATTN: Jose Hernandez.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04/W912LA-12-T-0027/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
- SN02846607-W 20120822/120820235507-ddc50f185c15797f7e8a03d0abe6fa6d (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 |