Utah Bids > Bid Detail

S&E FEMA Standard Concrete Slabs

Agency:
Level of Government: Federal
Category:
  • 56 - Construction and Building Materials
Opps ID: NBD00159912411893065
Posted Date: Feb 15, 2024
Due Date: Mar 1, 2024
Source: https://sam.gov/opp/73f84d9cac...
Follow
S&E FEMA Standard Concrete Slabs
Active
Contract Opportunity
Notice ID
W911YP24R0005
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7N3 USPFO ACTIVITY UT ARNG
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Feb 15, 2024 10:17 am MST
  • Original Published Date: Jan 31, 2024 08:42 am MST
  • Updated Date Offers Due: Mar 01, 2024 10:00 am MST
  • Original Date Offers Due: Feb 29, 2024 10:00 am MST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 16, 2024
  • Original Inactive Date: Mar 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5620 - TILE, BRICK AND BLOCK
  • NAICS Code:
    • 238120 - Structural Steel and Precast Concrete Contractors
  • Place of Performance:
    Bluffdale , UT 84065
    USA
Description

SOLICITATION NUMBER: W911YP24R0005

AGENCY/OFFICE & ADDRESS: Utah Army National Guard / USPFO for UT P&C, 12953 South Minuteman Drive, Draper, UT 84020

DELIVERY LOCATION: USAR training site Camp Williams, 17800 S. Redwood Rd., Bluffdale, UT 84065

SUBJECT: S&E FEMA Standard Concrete Slabs

RESPONSE DUE DATE: 10:00 AM MST 1 MAR 2024

CONTRACTING POC: Kris Braun, Email: kristinna.a.braun.civ@army.mil, Phone: 801-432-4145

DESCRIPTION:

This is a combined synopsis/solicitation the Utah Army National Guard for the requirement of S&E FEMA Standard Concrete Slabs under solicitation number W911YP24R0005. This solicitation is 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; quotes are being requested and a separate written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ).



This acquisition is being solicited as a TOTAL Small Business Set-Aside under NAICS code 238120 - “Structural Steel and Precast Concrete Contractors” which has a Small Business Size Standard of $19 million ((https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf). FOR VENDOR’S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE. Wholesaler NAICS codes will not be accepted. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. This requirement is subject to availability of funding, pursuant to FAR 52.232-18.



S&E FEMA STANDARD CONCRETE SLABS



(24 EA) 54"L x 54"W x 8"H concrete slab (Each slab will be approximately 792 lbs. and have a compressive strength of 3500 psi. The rebar in each slab of concrete will be 3/8” #3 rebar. One rebar will be at center with another rebar 12” on either side. The same pattern will follow perpendicularly. Parallel place two crown foot threaded ½” inserts in the top of the slab, near the rebars on the left and right and toward center. Parallel place one crown foot threaded ½” insert in the bottom center. All crown foot threaded inserts need to be centered between the 4” thick concrete side.)



(40 EA) 48"L x 48"W x 4"H concrete slab (Each slab will be approximately 2004 lbs. and have a compressive strength of 3500 psi. The rebar in each slab of concrete will be 3/8” #3 rebar. One rebar will be at center with another rebar 13.5” on either side. The same pattern will follow perpendicularly. Parallel place two crown foot threaded ½” inserts in the top of the slab, near the rebars on the left and right, toward center. Parallel place two crown foot threaded ½” inserts in the bottom of the slab, near the rebars on the left and right, toward center. All crown foot threaded inserts need to be centered between the 4” thick concrete side.)

The contractor will deliver and unload all concrete slabs to the USAR training site on Camp Williams, UT.



***PLEASE SEE THE ATTACHED DOCUMENTATION FOR SPECIFIC SPECS & DIMENSIONS (Appendix 1-Concrete Slabs UT-SE Blueprint_HRF and SOW-HRF-ConcreteSlabs) ***



SET-ASIDE / FAR REGULATION:



Any award resulting from this solicitation will be made using TOTAL SMALL BUSINESS SET-ASIDE order of precedence as follows:



In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2. If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns.



CONTRACT TYPE / EVALUATION CRITERIA:



The contract type for this procurement will be Firm-Fixed price contract. Award will be based on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria. For proposals to be technically acceptable, it must meet all the specifications outlined in the description. An LPTA proposal is one that meets all the technical aspects outlined in this solicitation and statement of work while being the lowest price proposal, IAW FAR 13.106-2(b)(4)(ii) and FAR 15.101-2.



SAM REGISTRATION:



All offerors must have an active registration in System for Award Management (SAM) at time of award in order to be eligible for contract award. All offerors responding to this solicitation must meet all standards required to conduct business with the Government, including active registration in SAM and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the Government. In addition to providing pricing each quote must include vendor's CAGE/DUNS number, Federal Tax Number, and must include point of contact information.



IAW FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing. Prospective offerors may obtain information on registration at WWW.SAM.GOV.



IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov.



Quotes:



All quotes are due to the United States Property and Fiscal Office (USPFO) for Utah Purchasing and Contracting (P&C) Division no later than 10:00 AM (MST) 1 MAR 2024. All submissions should be sent via email to: kristinna.a.braun.civ@army.mil. Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered.



PROVISIONS & CLAUSES:



The following Provisions and Clauses are applicable to this Combined Synopsis/Solicitation:



FAR 52.203-18 – Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements

FAR 52.203-19 – Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

FAR 52.204-7 – System for Award Management

FAR 52.204-13 – System for Award Management Maintenance

FAR 52.204-16 – Commercial and Government Entity Code Reporting

FAR 52.204-18 – Commercial and Government Entity Code Maintenance

FAR 52.204-19 – Incorporation by Reference of Representations and Certifications

FAR 52.204-23 – Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities

FAR 52.204-24 – Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.204-25 – Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.204-26 – Covered Telecommunications Equipment or Services-Representation

FAR 52.204-27 – Prohibition on a ByteDance Covered Application

FAR 52.204-29 – Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosure

FAR 52.204-30 – Federal Acquisition Supply Chain Security Act Orders-Prohibition

FAR 52.209-10 – Prohibition on Contracting with Inverted Domestic Corporations

FAR 52.212-1 – Instructions to Offerors—Commercial Products and Commercial Services

FAR 52.212-2 – Evaluation-Commercial Products and Commercial Services

FAR 52.212-3 – Offeror Representations and Certifications-Commercial Items

FAR 52.212-4 – Contract Terms and Conditions – Commercial Products and Commercial Services

FAR 52.212-5 – Contract Terms and Conditions Required to Implement Statues May 2022 or Executive Orders--Commercial Products and Commercial Services

FAR 52.219-1 – Small Business Program Representation

FAR 52.219-6 – Notice of Total Small Business Set-Aside

FAR 52.219-8 – Utilization of Small Business Concerns

FAR 52.219-14 – Limitations on Subcontracting

FAR 52.219-28 – Post-award Small Business Program Representations

FAR 52.222-3 – Convict Labor

FAR 52.219-19 – Child Labor—Cooperation with Authorities and Remedies

FAR 52.222-21 – Prohibit Segregated Facilities

FAR 52.222-26 – Equal Opportunity

FAR 52.223-18 – Encouraging Contractor Policy to Ban Text Messaging While Driving

FAR 52.225-25 – Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and

Certifications

FAR 52.232-1 – Payments

FAR 52.232-33 – Payment by Electronic Funds Transfer-Central Contractor Registration

FAR 52.232-39 – Unenforceability of Unauthorized Obligations

FAR 52.232-40 – Providing Accelerated Payments to Small Business Subcontractors

FAR 52.233-1 – Disputes

FAR 52.233-2 – Service of Protest

FAR 52.233-3 – Protest After Award

FAR 52.233-4 – Applicable Law for Breach of Contract Claim

FAR 52.243-1 – Changes-Fixed-Price

FAR 52.249-1 – Termination for Convenience of the Government (Fixed-Price)(Short Form)

FAR 52.252-1 – Solicitation Provisions Incorporated by Reference

FAR 52.252-2 – Clauses Incorporated by Reference

FAR 52.252-5 – Authorized Deviations in Provisions

FAR 52.252-6 – Authorized Deviation in Clauses

DFARS 252.203-7000 – Requirement Relating to Compensation of Former DoD Officials

DFARS 252.203-7002 – Requirements to Inform Employees of Whistleblower Rights

DFARS 252.203-7005 – Representation Relating to Compensation of Former DoD Officials

DFARS 252.204-7003 – Control of Government Personnel Work Product

DFARS 252.204-7004 – Antiterrorism Awareness Training for Contractors

DFARS 252.204-7009 – Limitation on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information

DFARS 252.204-7012 – Safeguarding Covered Defense Information and Cyber Incident Reporting

DFARS 252.204-7015 – Notice of Authorized Disclosure of Information for Litigation Support

DFARS 252.204-7017 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services— Representation

DFARS 252.204-7018 – Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

DFARS 252.204-7019 – Notice of NISTSP 800-171 DoD Assessment Requirements

DFARS 252.204-7020 – NIST SP 800-171 DoD Assessment Requirements

DFARS 252.204-7024 – Notice on the Use of the Supplier Performance Risk System (SPRS)

DFARS 252.204-7999 – Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction Under any Federal Law

DFARS 252.211-7003 – Item Unique Identification and Valuation

DFARS 252.225-7048 – Export-controlled Items

DFARS 252.225-7055 – Representation Regarding Business Operations with the Maduro Regime

DFARS 252.225-7056 – Prohibition Regarding Business Operations with the Maduro Regime

DFARS 252.225-7059 – Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation

DFARS 252.225-7060 – Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region

DFARS 252.232-7003 – Electronic Submission of Payment Requests

DFARS 252.232-7006 – Wide Area WorkFlow Payment Instructions

DFARS 252.232-7010 – Levies on Contract Payments

DFARS 252.237-7010 – Prohibition of Interrogation of Detainees by Contract Personnel

DFARS 252.239-7017 – Notice of Supply Chain Risk

DFARS 252.239-7018 – Supply Chain Risk

DFARS 252.243-7001 – Pricing of Contract Modifications

DFARS 252.244-7000 – Subcontracts for Commercial Products or Commercial Services

DFARS 252.246-7008 – Sources of Electronic Parts

DFARS.252.247-7023 – Transportation of Supplies by Sea



FAR 52.252-2 – Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at: HTTPS://WWW.ACQUISITION.GOV.


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR UTARNG DO NOT DELETE 12953 SOUTH MINUTEMAN DRIVE
  • DRAPER , UT 84020-2000
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >