SOLICITATION NOTICE
56 -- Precast Concrete Slabs
- Notice Date
- 12/18/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238120
— Structural Steel and Precast Concrete Contractors
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, OO-ALC/PKO, 6038 Aspen Ave. B1289NE, Hill AFB, Utah, 84056-5805, United States
- ZIP Code
- 84056-5805
- Solicitation Number
- FA8201-14-R-ConcreteSlabs
- Archive Date
- 2/4/2014
- Point of Contact
- John-Anthony E. Ford, Phone: 8015867982, Debbie Hope, Phone: 801-777-6023
- E-Mail Address
-
JohnAnthony.Ford.1@us.af.mil, debbie.hope@hill.af.mil
(JohnAnthony.Ford.1@us.af.mil, debbie.hope@hill.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SYNOPSIS-SOLICIATION COMBO FOR: Precast Bridge Concrete Slabs PLACE OF PERFORMANCE: Hill Air Force Base (HAFB) SOLICITATION NUMBER: FA8201-14-R-ConcreteSlabs CONTRACTING OFFICE: OL:H/PZIOA 6038 Aspen Ave Building 1289 NE Hill AFB, UT 84056 SET ASIDE:100% small business set-aside NAICS: 238120 Size Standard: $14M TYPE OF ANNOUNCEMENT: This synopsis and solicitation for concrete slabs is prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR 12.6). The solicitation and all other pertinent information pertaining to this requirement will be attached to this notice. DESCRIPTION OF REQUIREMENT: The requirement is for 1) 15 slabs of Precast Bridge Concrete with the following specifications: Dimensions: 16' Span x 8' height x 10' lay length. (For non-traffic use). To include all lifting loops/dogbone AND 2) 15 slabs of Precast Bridge Concrete "End Cap" with the following specifications: Dimensions: 18' wide x 8'10" height x 10" thick. (For non-traffic use) To include all lifting loops/dogbone. METHOD OF EVALUATION: This acquisition will use Lowest Price Technically Acceptable (LPTA) Source Selection Procedures. Technical acceptability will be based on: 1) Accuracy of specifications 2) Inclusion of adequate lifting loops TYPE OF SOLICITATION: Solicitation FA8201-14-R-ConcreteSlabs is a Request for Proposal. Delivery Schedule: Within 45 days after award At the convenience of the government, partial quotes may be considered for firms that are not capable of providing the full supply requested. Firms must specify the quantity proposed. In the event that a partial award is granted to a company, the government reserves the right to award the remaining portion of the order to other companies. The following provisions and clauses apply to this acquisition: 52.212-1 Instructions To Offerors-Commercial Items (Feb 2012). 52.212-2: Evaluation -- Commercial Items (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforms to the solicitation requirements. Quotes will be evaluated on lowest price and technical acceptance. 52.212-3 Offeror Representations And Certifications-Commercial Items (Nov 2013) Complete the required information at the Online Representation and Certification Application (ORCA) at https://www.acquisition.gov. 52.212-4 Contract Terms And Conditions-Commercial Items (Sep 2013). 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Nov 2013). 52.219-6 Notice of Total Small Business Set-Aside. 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (IAW FAR 19.708(a))(JUL 2013) Additional Applicable FAR Clauses Cited Within FAR Clause 52.212-5: 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21, Prohibition Of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Veterans (Sep 2010); 52.222-36 Affirmative Action For Workers With Disabilities (Oct 2010); 52.225-1 Buy American Act-Supplies (Nov 2012); 52.225-13 Restrictions On Certain Foreign Purchases (Jun 2008); 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration (Oct 2003). 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (Jan 2013) (DEVIATION). 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. 52.252-2 Clauses Incorporated By Reference (Feb 1998) 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 their full text available. Also, the full text of a clause may be accessed electronically at this address: HTTP://FARSITE.HILL.AF.MIL. 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Deviations) (May 2013). Additional applicable DFARS clauses cited within DFARS clause 252.212-7001: 252.225-7001 Buy American Act And Balance Of Payments Program (Dec 2012); 252.232-7003 Electronic Submission Of Payment Request (Jun 2012). 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.246-7000 Material Inspection and Receiving Report (Nov 2013). 5346.370(90) Material Inspection and Receiving Report (Nov 2013). When special distribution of DD Form 250, Material Inspection and Receiving Report, is required, the contracting officer may include the following suggested contract language substantially as written in Section E in addition to the clause at DFARS 252.246.7000, Material Inspection and Receiving Report. MATERIAL INSPECTION AND RECEIVING REPORT (a) As specified by DFARS, Appendix F, Part 4, Table 2, copies of DD Form 250 shall be forwarded to the following addresses, as applicable: (1) Forward the purchasing office copy to: (insert organization/address). (2) For shipments involving Military Assistance Program (MAP), Grant Aid (GA), or Foreign Military Sales (FMS) requirements, an additional copy shall be sent to: (insert address). (3) Additional distribution of DD Forms 250 is to be made to the following address(es): (insert address(es) as applicable). (b) These special instructions shall be included in any subcontract hereunder where the items purchased from the subcontractor are to be shipped directly to the U.S. Government or to a foreign destination. (c) If delivery of MAP, GA, or FMS items to foreign destinations is required, the copies of DD Form 250 required by DFARS, Appendix F, Table 2, Material Inspection and Receiving Report, Special Distribution, shall be forwarded to the "ship to" address designated in the contract. The following codes will be required to route your receiving reports, invoices and additional e-mails correctly through WAWF. YOUR BUSINESS CAGE CODE - YOUR CONTRACT NUMBER, OR YOUR DELIVERY ORDER NUMBER TYPE OF DOCUMENT: Invoice only or Receiving Report "COMBO" please remove one or the other before sending this ISSUE BY DODAAC: FA8201 ADMIN DODAAC: FA8201 SERVICE ACCEPTOR / SHIP TO BPN or DoDAAC: FA8201 PAY OFFICE DODAAC: F03000 WAWF ACCEPTOR(s): John Ford/Fredrick Collier CONTRACT ADMINISTRATOR: John Ford 252.209-7998 Representation Regarding Conviction of a Felony Criminal. Violation under any Federal or State Law. See Class Deviation 2012-O0007, Prohibition Against Contracting with Corporations that Have a Felony Conviction, dated March 9, 2012. Contracting officers shall include the provision at 252.209-7998 in all solicitations that will use funds made available by Division H of the Consolidated Appropriations Act, 2012, including solicitations for acquisition of commercial items under FAR part 12, and shall apply the restrictions included in the deviation. This deviation is effective beginning March 9, 2012, and remains in effect until incorporated in the FAR or DFARS or otherwise rescinded. 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. See Class Deviation 2012-O0004, Prohibition Against Contracting With Corporations That Have an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law, dated January 23, 2012. Contracting officers shall include this provision in all solicitations that will use funds made available by Division A of the Consolidated Appropriations Act, 2012, including solicitations for acquisition of commercial items under FAR part 12, and shall apply the restrictions included in the deviation. This deviation is effective beginning January 23, 2012, and remains in effect until incorporated in the FAR or DFARS or otherwise rescinded. 5352.242-9000 Contractor Access to Air Force Installations (Nov 2012). PROPOSAL DUE DATE: This solicitation closes at 2:00 pm Mountain Time on the closing date of 20 January 2014. Quotes must be submitted electronically to the Contract Specialist, Lt John Ford, at the following email address: johnanthony.ford.1@us.af.mil. The anticipated award date is 27 January 2014. QUESTIONS: All questions pertaining to this solicitation shall be submitted by email to Lt John Ford at the following e-mail address: johnanthony.ford.1@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/75/FA8201-14-R-ConcreteSlabs/listing.html)
- Place of Performance
- Address: Deliver to the Utah Test and Training Range (UTTR) C/o: Mr. Carl Wall, Approximate GPS Coordinates: (41.049778, -112.938080), [70 Miles west of Salt Lake City], Utah, United States
- Record
- SN03254361-W 20131220/131218235400-c00be5a42db9f5da6be148ebc4666a0c (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 |