ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

RANGE SECURITY BARRIERS

DEPT OF DEFENSE FA282325QA032
Response Deadline
Sep 10, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide 108 Kwall traffic concrete barriers for delivery to Eglin AFB Duke Field in Florida. The barriers must meet specific requirements, including being reinforced with rebar, measuring 12 feet and six inches in length, and adhering to Florida Department of Transportation certification standards. These barriers are crucial for work zone traffic control and temporary applications, ensuring safety and compliance in operational environments. Interested small businesses must submit their offers, which should remain valid for 60 days, and can direct inquiries to primary contact Naomi Letting at naomi.letting@us.af.mil or secondary contact Brittany Linthicome at brittany.linthicome@us.af.mil.

Classification Codes

NAICS Code
327390
Other Concrete Product Manufacturing
PSC Code
5440
SCAFFOLDING EQUIPMENT AND CONCRETE FORMS

Solicitation Documents

7 Files
COMBO1 3_Redacted.pdf
PDF311 KB9/3/2025
AI Summary
This document outlines a Request for Quote (RFQ) from the Air Force Test Center at Eglin, AFB, Florida, for commodities under a 100% Small Business set-aside. The acquisition follows FAR Parts 12 and 13, with award based on Best Value, evaluating technical capability, price, past performance, and SPRS IAW 252.204-7024. Offerors must be registered in SAM and WAWF, provide technical descriptions, CAGE codes, company details, POC, and phone numbers. The document details specific FAR and DFARS clauses incorporated by reference, covering areas like unique item identification, payment instructions, and the prohibition of Class I Ozone Depleting Substances. An ombudsman is available for concerns, but direct inquiries should go to the contracting officer. Offers must be firm for 60 days, and the government will not compensate for offer preparation costs.
TRD_Redacted.pdf
PDF256 KB9/3/2025
AI Summary
The government requires the purchase and delivery of 108 Kwall traffic concrete barriers, or equivalent, to Eglin AFB Duke Field. These barriers must be concrete, reinforced with rebar, 12 feet, six inches long, and meet or exceed Florida Department of Transportation certification FDOT index number 102-110. Each barrier needs 8-inch loops on both ends for connection, along with one contractor-supplied connector pin. Additionally, each barrier must have six rebar-reinforced, inset tie-down points (three per side), with rebar placement adhering to minimum spacing and quantity specifications as per the attached drawing. Delivery must be scheduled with the Government Point of Contact at least one business day in advance during specified hours (0645 to 1630).
QA.pdf
PDF39 KB9/3/2025
AI Summary
This government file, likely a Q&A from an RFP, clarifies two key points regarding a project. Firstly, pricing for pins to join barriers is required, with the barriers potentially anchored to concrete. Secondly, the base (Duke Heavy Equipment shop) will handle the unloading of trucks upon arrival at the delivery site, meaning unloading services are not requested from the vendor. This ensures clear expectations for pricing and logistics.
Type K Temporary Concrete Barrier - FDOT Reference-Index 00414.pdf
PDF4645 KB9/3/2025
AI Summary
The Type K Temporary Concrete Barrier System is designed for work zone traffic control and temporary applications, requiring crash testing to NCHRP Report 350 TL-3 criteria and FHWA acceptance. Each barrier unit, weighing 2.7 tons, must be permanently marked with manufacturer details and date. Fabrication involves Class IV concrete and Grade 60 reinforcing steel, with specific guidelines for galvanization, surface finish, and optional lifting sleeves. The system cannot be used for permanent traffic railing unless specified and must be installed on flexible or rigid pavement with a 1:10 or flatter cross-slope. Various installation methods are detailed, including freestanding, bolted-down, staked-down, and backfilled, each with specific requirements for anchor bolts, stakes, and backfill materials. Transitions between different barrier types and to permanent traffic railings are also extensively outlined, emphasizing the use of Thrie-Beam Guardrail splices and offset blocks. Delineation is required, and connection pins are reusable if structurally sound. The document provides detailed specifications, diagrams, and notes for proper installation, maintenance, and removal, ensuring safety and performance.
DAF-Contracting-SPE-Delegate--Open-Letter-to-Contractors-21-Mar-25.pdf
PDF197 KB9/3/2025
AI Summary
The Department of the Air Force (DAF) issued an open letter to its contractors on March 21, 2025, announcing changes to federal contracting regulations. These changes result from Class Deviations 2025-O0003 and 2025-O0004, which alter merit-based opportunity in federal contracts and revoke an Executive Order on sustainability. Consequently, DAF Contracting Officers will amend open solicitations and modify existing contract awards to remove unenforceable provisions and clauses. Modifications to existing contracts will occur with the next required amendment, except for contracts nearing their end (less than six months remaining) without extension options. The letter emphasizes that the requirements for these provisions and clauses have been unenforceable since March 4 and March 7, 2025, respectively. Contractors with questions are advised to contact their Contracting Officer. The letter is signed by Major General Alice W. Treviño, Deputy Assistant Secretary (Contracting).
USA000368-25-DPCAP.pdf
PDF339 KB9/3/2025
AI Summary
The Office of the Under Secretary of Defense has issued Class Deviation 2025-O0003, effective immediately, to implement Executive Orders 14173 and 14168. This deviation mandates that contracting officers cease all actions related to Executive Order 11246, Equal Employment Opportunity, and its implementation in FAR subpart 22.8. Specifically, they are to stop using certain solicitation provisions and contract clauses, not review System for Award Management representations based on these provisions, and disregard DFARS subpart 222.8 and its related guidance. The deviation lists numerous FAR clauses (e.g., 52.222-21, 52.222-26) that are no longer to be used in new solicitations and contracts. Furthermore, contracting officers must amend open solicitations and modify existing contracts to remove these clauses, replacing them with attached revised paragraphs, unless contracts are nearing their end (less than six months remaining without options). This class deviation remains in effect until fully integrated into the FAR and DFARS, aiming to restore merit-based opportunities and align with new directives on gender terminology in federal policies.
USA000392-25-DPCAP.pdf
PDF385 KB9/3/2025
AI Summary
The Office of the Under Secretary of Defense issued a class deviation, effective immediately, revoking Executive Order 14057 on sustainability. This deviation, DARS Tracking Number: 2025-O0004, mandates changes for contracting officers regarding new solicitations, contracts, open solicitations, and existing contracts. Specifically, contracting officers are instructed to no longer use certain sustainability-related solicitation provisions and contract clauses (e.g., 52.223-19, 52.223-22). Instead, they must now use updated clauses for Waste Reduction Programs (52.223-10 DEVIATION 2025-O0004) and Sustainable Products and Services (52.223-23 DEVIATION 2025-O0004), as detailed in Attachment 1. Additionally, specific paragraphs within other FAR provisions and clauses (e.g., 52.204-8, 52.212-3, 52.212-5, 52.213-4) are to be replaced with the versions provided in Attachment 2. The deviation also prohibits considering or using System for Award Management (SAM) representations for the revoked provisions and generally forbids requiring greenhouse gas emission disclosures. This class deviation will remain in effect until it is incorporated into the FAR or otherwise rescinded.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 25, 2025
amendedAmendment #1Sep 2, 2025
amendedLatest Amendment· Description UpdatedSep 3, 2025
deadlineResponse DeadlineSep 10, 2025
expiryArchive DateSep 25, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA2823 AFTC PZIO

Point of Contact

Name
Naomi Letting

Place of Performance

N PALM BEACH, Florida, UNITED STATES

Official Sources