SOLICITATION NOTICE
99 -- This is a Notice of Intent to Award for commercial items.
- Notice Date
- 4/27/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339999
— All Other Miscellaneous 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-0021
- Response Due
- 5/12/2010
- Archive Date
- 7/11/2010
- Point of Contact
- Jennifer Anderson, 805-594-6295
- E-Mail Address
-
USPFO for California
(jennifer.d.anderson2@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. This is a Notice of Intent to Award for commercial items. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation WILL NOT be issued. The solicitation W912LA-10-T-0021 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. The California National Guard intends to award a Purchase Order to The F.O.D. Control Corporation for 4 each FODBOSS Sweeper Assemblies (part #BOSS-8) to include: (1 each R-Boss-6 FOD*BOSS sweeper mat, 1 each DRM-11 debris retention mesh, 1 each CSB-4 carry/storage bag, 1 each OM-5 owners manual, 1 each HE-10 hitch extender, 1 each SRTH-2 safety release tow hitch, 1 each PHA-1 pintle hook adapter, 1 each TA-7 hitch), and 1 each Triplex Trailer (part #TRI-22). All equipment will be shipped to Los Alamitos, CA 90720. Vendors must submit quotes to include all freight charges to Los Alamitos, CA 90720. All part numbers are drawn from The F.O.D. Control Corporation. Vendors must provide quotes for equipment of the brand name or equal quality in accordance with FAR part 52.211-6 in comparison to the part numbers listed above. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must meet the salient physical, functional, and performance characteristics specified in this solicitation. Vendors must clearly identify the item by brand name, if any, and make or model number. Vendors must include descriptive literature such as illustrations or drawings and clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Vendors must mark any descriptive material to clearly show the modifications. The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. The following provisions/clauses are hereby incorporated into this solicitation: 52.204-7 - Central Contractor Registration; 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 - Commerical Items; 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.222-21 - Prohibition of Segregated Facilities; 52.222-26 - Equal Opportunity; 52.222-50 - Combat Trafficking in Persons; 52.225-13 - Restrictions on Certain Foreign Purchases; 52.233-3 - Protest After Award; 52.233-4 - Applicable Law for Breach of Contract Claim; 52.249-1 - Termination for Convenience of the Government (fixed price)(short form); 52.249-8 - Default (fixed price supply and service); 52.252-2 - Clauses Incorporated by Reference; 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights; 252.211-7003 - Item Identification and Valuation; 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.232-7010 - Levies on Contract Payments; 52.222-3 - Convict Labor; 52.222-19 - Child Labor - Cooperation with Authorities and Remedies; 52.222-36 - Affirmative Action for Workers with Disabilities; All vendors must be registered in the Central Contractors Registration (CCR). Quotes are due no later than May 12, 2010 before 1:00pm PST. Quotes may be submitted via e-mail or faxed to 805-594-6348. Point of contact for this solicitation is SGT Jennifer Anderson at 805-594-6295
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04/W912LA-10-T-0021/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
- SN02132818-W 20100429/100427234535-82fad09602d20863e32dc8959bbad0da (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 |