Federal Bid

Last Updated on 11 Jul 2014 at 8 AM
Combined Synopsis/Solicitation
Goddard Kansas

Symons Concrete Forms

Solicitation ID FA4626-14-T-0008
Posted Date 17 Jun 2014 at 10 PM
Archive Date 11 Jul 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4626 341 Cons Lgc
Agency Department Of Defense
Location Goddard Kansas United states
18 JUNE 2014
COMBINED SYNOPSIS/SOLICITATION
SYMONS CONCRETE FORMS
MALMSTROM AFB, MT

(i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

(ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F2WTB24133A001.

(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74.

(iv) This procurement is being solicited is being posted as a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 332311 with a small business size standard of 500 Employees.

(v) CLIN 0001-AA: 2'X4', Symons Panel: 375 EA
CLIN 0002-AA: 12"X4" Symons Fillers: 20 EA
CLIN 0003-AA: 14"X4' Symons Fillers: 20 EA
CLIN 0004-AA: 16"X4' Symons Filler: 20 EA
CLIN 0005-AA: 18"X4' Symons Fillers: 20 EA
CLIN 0006-AA: 6"X4' Symons Inside Corners: 20 EA
CLIN 0007-AA: 4' Symons Outside Corners: 20 EA
CLIN 0008-AA: Symons Wedge Bolts: 600 PL
CLIN 0009-AA: 18" Symons Flat Ties: 10 BX
CLIN 0010-AA: 20" Symons Flat Ties: 10 BX
CLIN 0011-AA: 24" Symons Flat Ties: 20 BD


(vi) Upon notice of award, the contractor will have 14 days to deliver the requirement.

Destination:
6944 Goddard DR
MALMSTROM AFB MT 59402

(vii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition.
(viii) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Quote will be evaluated on price, delivery, and ability to meet mandatory specifications.
(ix) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the annual representations and certifications at the System for Award Management (SAM) website. SAM must be current as of 17 June 14. IF YOUR SAM IS NOT CURRENT AS OF 17 June 14 AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE.

(x) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition

(xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), applies to this acquisition.

(xii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices based on purchases of this value and customer research:

THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY REFERENCE:

52.204-7 System for Award Management
52.204-10 Reporting Executive Compensation and First Tier Subcontract
Awards
52.204-13 System for Award Management Maintenance
52.222-3 Convict Labor
52.222-19 Child Labor-Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Affirmative Action for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
52.223-5 Pollution Prevention and Right-to-Know Information
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving.
52.225-13 Restrictions on Certain Foreign Purchases
52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification
52.232-33 Payment by Electronic Funds Transfer-System for Award Management
52.233-1 Disputes
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.237-2 Protection of Government Buildings, Equipment, and Vegetation
52.246-1 Contractor Inspection Requirements
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7004 Alternate A, System for Award Management
252.225-7001 Buy American Act and Balance of Payments Program
252.232-7003 Electronic Submission of Payment Requests
252.232-7006 Wide Area Workflow Payment Instructions
252.232-7010 Levies on Contract Payments
252.247-7023 Transportation of Supplies by Sea, Alt III

THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT:

52.222-22, Previous Contracts and Compliance Reports.
The offeror represents that --
(a) It * has, * has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation;
(b) It * has, * has not filed all required compliance reports; and
(c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards.
(End of Provision)


52.252-1, Solicitation Provisions Incorporated by Reference.
As prescribed in 52.107(a), insert the following provision:
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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil
http://www.acq.osd.mil/dpap/dars/dfars/index.htm

(End of Provision)

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 their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

http://farsite.hill.af.mil
http://www.acq.osd.mil/dpap/dars/dfars/index.htm

(End of clause)

52.252-6, Authorized Deviations in Clauses
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
5352.201-9101, Ombudsman (HQ AF Global Strike Command/A7K, 41 Orville Wright,Ste 202, Barksdale AFB, LA 71110-2415, 318-456-6336)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).

(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.

(d) The ombudsman has no authority to render a decision that binds the agency.

(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
(End of clause)

(xv) Quote is required to be received NO LATER THAN 4:00 PM MST, Thursday, 26 June 2014. Quote must be emailed to [email protected] or faxed to (406) 731-3748 to the attention of George McGraw. Please follow-up quote submission with an email to ensure receipt.
(xvi) Direct your questions to George McGraw at (406) 731-3772 or e-mail address [email protected] or Alexander Smith at (406) 731-4677 or e-mail address [email protected].

 

Bid Protests Not Available

Similar Past Bids

Washington 15 Oct 2009 at 1 PM
Patuxent river Maryland 16 Dec 2015 at 2 PM
Patuxent river Maryland 14 Aug 2019 at 4 PM
Patuxent river Maryland 11 Aug 2016 at 10 PM

Similar Opportunities

Malmstrom air force base Montana 15 Jul 2025 at 8 PM
Barksdale air force base Louisiana 11 Jul 2025 at 4 AM (estimated)
Barksdale air force base Louisiana 08 Jul 2025 at 5 PM
Bethesda Maryland 16 Jul 2025 at 8 PM
Bethesda Maryland 15 Jul 2025 at 8 PM