Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2011 FBO #3584
SOLICITATION NOTICE

54 -- PREFABRICATED BUILDING AND INSTALLATION AT CAMP ROBERTS

Notice Date
9/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component 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-0023
 
Response Due
9/26/2011
 
Archive Date
11/25/2011
 
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-0023 is issued as a Request for Quotations. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52, effective 31 May 2011. This procurement is set aside for small business concerns. The NAICS code for this acquisition is 332311. The small business size standard for this NAICS code is 500 employees. The California National Guard has a requirement for the purchase, delivery, installation and pre-wire of four (4) each prefabricated, weather-proof metal buildings. The buildings must be 20 feet wide x 24 feet long x 8 feet high (wall height) UL classified prefabricated modular structures; must have one separate 8 feet x 10 feet partitioned section containing 1 window and a lockable door; 3 additional windows, lockable exterior door; adequate recessed ceiling light in office space; separate light switches/fixtures and air conditioning/heating units properly wired. The buildings will have one each 6 feet x 6 feet overhead coiling door additional access to the main storage area of the buildings. The buildings will be freestanding and will be placed on and secured to pre-existing concrete slabs. All four concrete slabs are within a one half mile of each other, are free of ground and overhead obstacles and will have electrical boxes installed next to them. There are no requirements for water/plumbing, data or phone lines. Quotations must include all travel costs, installation, labor and any other expenses that may be incurred to install the prefabricated buildings. Work must be completed within 30 working days from notice to proceed. Statement of Work and rough building schematic are available for download on this site. The following provisions/clauses are incorporated: 52.252-2; Clauses incorporated by Reference; 52.203-3, Gratuities; 52.204-7, Central Contractor Registration; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; 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; 52.219-14, Limitations on Subcontracting; 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; 52.222-37, Employment Reports on Veterans; 52.222-41, Service Contract Act of 1965; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 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; 52.222-54, Employment Eligibility Verification; 52.228-5, Insurance - Work on a Government Installation; 52.233-2, Service of Protest; 52.233-4, Applicable Law for Breach of Contract Claim; 52.225-13, Restrictions on Certain Foreign Purchases; and 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country. 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. The following provisions/clauses at DFARS 252.212-7001 (Dev), Contract terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items (Deviation) are applicable to this acquisition; 252.203-7002 ALT A, Requirement to Inform Employees of Whistleblower Rights (ALT A); 252.211-7003, Item Identification and Valuation; 252.225-7000, Buy American Act-Balance of Payments program Certificate; 252.225-7012, Preference for Certain Domestic Commodities; 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 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 September 26, 2011 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-11-T-0023/listing.html)
 
Place of Performance
Address: USPFO for California 2303 NAPA AVE San Luis Obispo CA
Zip Code: 93405-7609
 
Record
SN02577988-W 20110917/110915235525-8917e4a2e3d2c7d43da76fd9d739af92 (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  © 1994-2020, Loren Data Corp.