BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Site work for a military facility in Bluffdale, Utah. Completed plans call for site work for a military facility.

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). To build, deliver, and unload specified Concrete Slabs for the HRF to execute their required Collective Training Event (CTE) training requirements throughout FY24. 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 1/2 " inserts in the top of the slab, near the rebars on the left and right and toward center. Parallel place one crown foot threaded 1/2 " 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 1/2 " inserts in the top of the slab, near the rebars on the left and right, toward center. Parallel place two crown foot threaded 1/2 " 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.

Award

Military

$15,888.00

Public - Federal

Site Work

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

5

Subscribe For Documents

5 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
107
Active Projects
64
Bidding Soon
947
All Active Projects
388
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

March 11, 2024

April 1, 2024

April 18, 2024

img_map_placeholder

17800 Redwood Rd, Bluffdale, UT


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.