BOM Concrete
ID: FA252124R0047Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2521 45 CONS LGCPATRICK SFB, FL, 32925-3237, USA

NAICS

Ready-Mix Concrete Manufacturing (327320)

PSC

BUILDING COMPONENTS, PREFABRICATED (5670)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide 1,400 cubic yards of concrete for the construction of a K-Span structure at NASA's Kennedy Space Center in Florida. The concrete must conform to ASTM standards C150 and C33, with specific requirements including a maximum aggregate size of 3/4 inches and no additives. This procurement is crucial for supporting infrastructure projects and ensuring compliance with federal regulations, with a submission deadline for quotes set for September 30, 2024, at 8:00 A.M. EST. Interested vendors can reach out to Cynthia Whittaker or Cierra Hallmon via email for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a government Request for Proposal (RFP) for the supply of 1400 cubic yards of 4000 PSI concrete, specifically batch plant mixed, meeting ASTM specifications C150 and C33. The concrete must have a maximum aggregate size of 3/4 inches and contain no additives. Estimated delivery dates for concrete pouring are scheduled between December 17, 2024, and April 9, 2025. The delivery schedule includes various construction phases such as stem wall footers, interior building lanes, and exterior endwalls. The precise quantities required for each phase are detailed, culminating in a total of 1400 yards. This RFP is part of a broader initiative to facilitate construction processes, ensuring that materials can be procured reliably and according to specified requirements. Its structured format provides clear expectations for bidders regarding the materials, quantities, and delivery timelines necessary for the project. This procurement will support local and federal infrastructure projects, aligning with compliance standards and project timelines.
    The document outlines the solicitation details for a federal contract FA252124R0047, incorporating various clauses and requirements relevant to contractors. It includes mandatory clauses related to compensation of former Department of Defense (DoD) officials, whistleblower rights, and the prohibition of specific business operations, particularly concerning the Maduro regime and entities from the Xinjiang Uyghur Autonomous Region. The text defines unique item identification (UII) and details the responsibility of contractors in delivering items marked with unique identifiers, required for items valued over $5,000 and specific embedded components. Additional sections address payment instructions through the Wide Area Workflow (WAWF) system for contractors, ensuring that the electronic submission of payment requests and receiving reports aligns with federal regulations. The documentation also emphasizes compliance with various provisions concerning small business classifications, including service-disabled veteran-owned businesses and economically disadvantaged women-owned businesses, highlighting the importance of representation and certifications in the bidding process. Overall, the document serves as a comprehensive guide for prospective contractors, establishing expectations and compliance parameters for successful bid submissions within the context of federal procurement processes.
    This government document serves as a combined synopsis/solicitation for a commercial items contract pertaining to the procurement of concrete for constructing a K-Span structure at NASA's Kennedy Space Center. It is exclusively set aside for small businesses, categorized under NAICS code 327320, with a size standard of 500 employees. The primary requirement is the provision of 1,400 cubic yards of concrete conforming to specific ASTM standards. Interested vendors must submit their quotes by September 30, 2024, at 8:00 A.M. EST, via designated email addresses while adhering to guidelines for shipping, documentation, and proposal format. Key evaluation criteria for submissions include technical acceptability, price, and past performance, with an emphasis on fair pricing and adherence to minimum submission requirements. Past performance will be assessed through various federal databases. Moreover, vendors are instructed to clarify if any offered item aligns with General Services Administration (GSA) contract schedules and must manage their submissions carefully to ensure they meet deadlines. The document reinforces the importance of compliance with Federal Acquisition Regulation (FAR) protocols and highlights various provisions that impact the solicitation process, ensuring fairness and transparency in awarding the contract.
    Lifecycle
    Title
    Type
    BOM Concrete
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Concrete Removal and Disposal Services at Fort Meade, MD
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide concrete removal and disposal services at Fort Meade, Maryland, associated with the de-installation of an AN/FSC-78 Satellite Antenna. The contractor will be responsible for transporting up to 40,000 pounds of steel-reinforced concrete slabs, managing the loading, transportation, and disposal processes, while ensuring compliance with safety and environmental regulations. This contract is crucial for maintaining infrastructure at the Army base and is set for a duration of one to five days, scheduled between October 1 and October 31, 2024, with a bid submission deadline of September 26, 2024. Interested parties should submit their quotes via email to Megan Jones at megan.jones5.civ@army.mil, adhering to the requirements for small business set-asides, including participation from service-disabled veteran-owned and women-owned small businesses.
    Solicitation for Concrete Jersey Barriers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Commanding General of the Department of the Navy, is soliciting bids for the procurement of concrete jersey barriers at Marine Corps Base (MCB) Camp Lejeune, North Carolina. The requirement includes the delivery of 200 four-foot and 300 ten-foot plain concrete jersey barriers, adhering to specific dimensions and standards set by the North Carolina Department of Transportation. These barriers are crucial for enhancing site security and operational readiness at military installations. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by 11:00 AM on September 20, 2024, and can direct inquiries to Robert Anderson at robert.anderson@usmc.mil or call 910-451-3011.
    Highline Docks
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the procurement of highline docks, with a focus on small business participation under a Total Small Business Set-Aside. The solicitation requires offerors to provide new highline docks that meet specific load capacity and dimensional criteria, to be delivered to Fort Bliss, Texas, and Tyndall Air Force Base, Florida. This procurement is critical for supporting military logistics and operations, ensuring the efficient handling of cargo. Interested vendors must submit their proposals by 12:00 p.m. Eastern Time on September 20th, 2024, and are encouraged to direct any inquiries to SrA Gage Garfin at gage.garfin@us.af.mil.
    Concrete Walkway
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors for the construction of a new concrete walkway, approximately 300 linear feet, at the ASTI MEB building in Anchorage, Alaska. The project requires adherence to the provided Statement of Work (SOW) and compliance with federal regulations, including safety and environmental standards, with a budget estimated between $25,000 and $50,000, exclusively set aside for small businesses. This initiative is part of the FAA's commitment to enhancing infrastructure for air traffic safety and functionality. Proposals are due via email by October 7, 2024, with a site visit scheduled for September 17, 2024, and all inquiries should be directed to Haylee Hildebrand at haylee.p.hildebrand@faa.gov.
    6973GH-24-R-00036 Mobile Shelter IDIQ
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for the procurement of pre-cast concrete shelters under the solicitation titled "6973GH-24-R-00036 Mobile Shelter IDIQ." This contract will involve the manufacture, installation, and delivery of mobile shelters over a five-year period, with a focus on small business participation as it is a Total Small Business Set-Aside. The shelters are critical for enhancing aviation communications infrastructure and must comply with specific design and safety standards outlined in the solicitation documents. Interested contractors must submit their proposals by October 4, 2024, at 5 PM Central Time, and should direct inquiries to Jason Fox at Jason.A.Fox@faa.gov.
    Medium Shelters - Tyndall AFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of two Medium Shelter Systems to be delivered to Tyndall Air Force Base in Florida. These shelters, measuring 52 feet long by 29.5 feet wide and 15 feet high, are designed for military use and will replace older general-purpose options, offering enhanced protection, lower maintenance costs, and improved space efficiency. The shelters are constructed from durable materials, allowing for rapid assembly and compatibility with existing systems, making them essential for various operational environments. Interested vendors must submit their quotes by 1:00 PM CST on September 24, 2024, to the designated contacts, A1C Fernando Yahir Zamora Amezcua and TSgt Justin Merritt, with all submissions adhering to federal regulations and including necessary compliance documentation.
    820 RHS PEB Sunshade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the design, manufacture, and delivery of a pre-engineered building (PEB) kit for the Creech DFAC Outdoor Seating at Creech Air Force Base in Nevada. The project requires compliance with the 2021 International Building Code (IBC) and UFC 3-301-01 standards, with specific dimensions of 60 ft in width, 100 ft in length, and a 9 ft eave height, along with a standing seam metal roof in the color "Sandstone." This procurement is crucial for enhancing operational facilities at military installations, ensuring safety and regulatory compliance in a military environment. Interested small businesses must submit their quotes electronically by 24 September 2024, at 1000 PDT, to SSgt Chase Brandt at chase.brandt@us.af.mil, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
    CANAVERAL HARBOR MAINTENANCE DREDGING, BREVARD COUNTY, FLORIDA
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking interest from qualified contractors for the maintenance dredging project at Canaveral Harbor in Brevard County, Florida. The project involves the removal of approximately 1.2 million cubic yards of shoal material from designated areas and the disposal of this material at an Ocean Dredged Material Disposal Site, along with environmental monitoring tasks. This maintenance dredging is crucial for ensuring navigational safety and operational efficiency in the harbor, with an estimated contract value between $10 million and $25 million and a performance period of 260 calendar days. Interested parties must submit their responses to the Sources Sought Notice by October 4, 2024, and can contact Timothy Humphrey or William Wallace for further information.
    Procurement of Material used to fabricate parts for the NASA Electric Aircraft Testbed (NEAT) project.
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking small businesses to procure materials necessary for the fabrication of parts for the NASA Electric Aircraft Testbed (NEAT) project. This procurement includes five sheets of 4130 annealed carbon steel plates and stainless steel tubing that must meet specific ASTM standards, along with required certificates of material conformance. The materials are critical for advancing NASA's initiatives in electric aviation technologies, reflecting the agency's commitment to innovation in aerospace. Quotes are due by September 24, 2024, and interested vendors should direct inquiries to Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420.
    KC-46A Additions and Alterations (ADAL) Apron and Hydrant Fueling Pits at MacDill AFB, FL
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Engineer District Mobile, is soliciting bids for the KC-46A Additions and Alterations (ADAL) project, which involves the construction of apron and hydrant fueling pits at MacDill Air Force Base in Florida. This procurement aims to enhance the operational capabilities of the KC-46A aircraft by providing necessary fueling infrastructure, which is critical for efficient air operations. The project falls under the NAICS code 237310, focusing on highway, street, and bridge construction, and is categorized under the PSC code Z2BD for the repair or alteration of airport runways and taxiways. Interested contractors can reach out to primary contact Leigh Dedrick at leigh.a.dedrick@usace.army.mil or by phone at 251-441-5519, or secondary contact Kyle Rodgers at KYLE.M.RODGERS@USACE.ARMY.MIL or 251-690-3356 for further details.