Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 02, 2025 SAM #8558
SOLICITATION NOTICE

56 -- S&E FEMA Standard, Concrete Slabs

Notice Date
4/30/2025 11:29:52 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238120 — Structural Steel and Precast Concrete Contractors
 
Contracting Office
W7N3 USPFO ACTIVITY UT ARNG DRAPER UT 84020-2000 USA
 
ZIP Code
84020-2000
 
Solicitation Number
W911YP25QA006
 
Response Due
5/7/2025 9:00:00 AM
 
Archive Date
05/22/2025
 
Point of Contact
Kris Braun, Phone: 801-432-4145
 
E-Mail Address
kristinna.braun.civ@army.mil
(kristinna.braun.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOLICITATION: W911YP25QA006 AGENCY/OFFICE: Utah Army National Guard / USPFO for UT P&C, 12953 South Minuteman Drive, Draper, UT 84020 DELIVERY LOCATION: Utah Search and Rescue (USAR) training site Camp Williams, 17800 S. Redwood Rd., Bluffdale, UT 84065 SUBJECT: S&E FEMA Standard Concrete Slabs RESPONSE DUE DATE: 1000 AM MT 07 MAY 2025 CONTRACTING POC: Kris Braun, Email: kristinna.a.braun.civ@army.mil, Phone: 801-432-4145 1.0 SYNOPSIS / DESCRIPTION: ****THIS REQUIREMENT IS BEING SOLICITED AS A LOCAL AREA TOTAL SMALL BUSINESS SET-ASIDE. ONLY QUOTES FROM REGISTERED SBs in SAM.GOV WILL BE ACCEPTED**** This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only solicitation; proposals are being requested, and a written solicitation will not be issued. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-006. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. This acquisition is being solicited as a LOCAL 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 (www.sba.gov). FOR VENDOR�S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT (SAM) AT HTTPS://WWW.SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE AND SMALL BUSINESS SIZE STANDARD. Wholesaler NAICS codes will not be accepted. Delivery shall occur within 60 days ARO. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. This requirement is subject to the availability of funding per FAR 52.232-18. TECHNICAL CHARACTERISTICS OF S&E FEMA STANDARD CONCRETE SLABS * (20 EA) 54""L x 54""W x 8""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 12� on either side. The same pattern will follow perpendicularly. Parallel place two crown foot threaded �� inserts in the top of the slab, near the rebars on the left and right and toward center. Parallel place one crown foot threaded �� insert in the bottom center. All crown foot threaded inserts need to be centered between the 4� thick concrete side.) * (50 EA) 48""L x 48""W x 4""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 13.5� on either side. The same pattern will follow perpendicularly. Parallel place two crown foot threaded �� inserts in the top of the slab, near the rebars on the left and right, toward center. Parallel place two crown foot threaded �� 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 Utah Search and Rescue (USAR) training site on Camp Williams, which is 12 miles on improved dirt road. A representative from the unit will meet and escort the driver to the USAR site. ***PLEASE SEE THE ATTACHED DOCUMENTATION FOR SPECIFIC SPECS & DIMENSIONS *** 1.1 SET-ASIDE / FAR REGULATION: Any award resulting from this solicitation will be made using a LOCAL AREA TOTAL SMALL BUSINESS SET-ASIDE within hundreds (100) miles from Camp Williams, 17800 S. Redwood Road, Bluffdale, UT 84065, which the order of precedence is as follows: In accordance with Far 26.202-1, Local Area Set-Aside, the contracting officer may set aside solicitations to allow only local firms within a specific geographic area to compete. In accordance with FAR 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. 1.2 CONTRACT TYPE / EVALUATION CRITERIA: This RFP is subject to the availability of funds per FAR 52.232-18. The contract type for this procurement will be Firm-Fixed Price (FFP) and award evaluation criteria will be based on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria for all items conforming to the minimum requirements and specifications of items listed. Offers that exceed funds availability or do not meet minimum technical requirements will not be considered for the award. The offer must be registered in System for Award Management (SAM) to be eligible for the award. 1.3 ELIGIBILITY FOR AWARD (SAM Registration & Cyber Security Basic NIST Assessment): All firms or individuals responding must meet all standards required to conduct business with the Government, including having an ACTIVE SAM REGISTRATION and being in good standing. All qualified responses will be considered by the Government. In addition to providing pricing, each quote must include vendor's CAGE/ Unique Entity ID number, Federal Tax Number, and must include point of contact information. Prospective offerors may obtain information on registration at WWW.SAM.GOV. IAW FAR 52.204-7 and DFARS 252.204-7007 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for the award and your bid may be disqualified for not being registered and active in SAM.gov. Vendors MUST have completed the Cyber Security Basic NIST Assessment NIST SP 800-171 in the past 3 years in compliance with DFARS Clause 252.204.7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. If you have not completed your Basic NIST Assessment, please follow the links below with training and the entry point for completing the basic assessment. The SBA Procurement Technical Assistance Centers (PTACs) may be able to assist small businesses in completing this basic assessment if they run into issues.� https://usg01.safelinks.protection.office365.us/?url=https%3A%2F%2Fwww.safcn.af.mil%2FCISO%2FSmall-Business-Cybersecurity-Information%2F&data=05%7C01%7Cwilliam.t.brown68.civ%40army.mil%7C988def7ed675434a1c9508db892fde85%7Cfae6d70f954b481192b60530d6f84c43%7C0%7C0%7C638254610899442679%7CUnknown%7CTWFpbGZsb3d8eyJWIjoiMC4wLjAwMDAiLCJQIjoiV2luMzIiLCJBTiI6Ik1haWwiLCJXVCI6Mn0%3D%7C3000%7C%7C%7C&sdata=81iGYZOpxDDxu6%2FAQn3MVWXYoJ4RX0p6SZUqE5dgyss%3D&reserved=0 https://usg01.safelinks.protection.office365.us/?url=https%3A%2F%2Fwww.sprs.csd.disa.mil%2F&data=05%7C01%7Cwilliam.t.brown68.civ%40army.mil%7C988def7ed675434a1c9508db892fde85%7Cfae6d70f954b481192b60530d6f84c43%7C0%7C0%7C638254610899442679%7CUnknown%7CTWFpbGZsb3d8eyJWIjoiMC4wLjAwMDAiLCJQIjoiV2luMzIiLCJBTiI6Ik1haWwiLCJXVCI6Mn0%3D%7C3000%7C%7C%7C&sdata=s3zmdEiWRZ0Xo795Et0u91Obig5NzfeLetSRd4kXfEU%3D&reserved=0 ***SEE ATTACHED FOR NIST SP 800-171 Quick Entry Guide_PIEE-SPRS*** 1.4 QUOTES: Please provide your quote submission to the United States Property and Fiscal Office (USPFO) Purchasing and Contracting (P&C) Division NO LATER THAN 1000 AM MT 07 MAY 2025. 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 questions prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered, UNLESS the Contracting Officer determines it is in the best interest of the government to accept a late proposal.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ab167a3f1b0342259f3b32c4e55be081/view)
 
Place of Performance
Address: Bluffdale, UT 84065, USA
Zip Code: 84065
Country: USA
 
Record
SN07426758-F 20250502/250430230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.