Skip to main content

An official website of the United States government

You have 2 new alerts

Concrete Barriers

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Sep 14, 2022 10:56 am CDT
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 29, 2022
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Updated Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    USA

Description

14 Sept 2022 updated description.

This solicitation, W50S72-22-Q-7312, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-07, effective 10 Aug 2022. The Government intends to award a firm-fixed price (FFP) contract to the vendor whose quote is the lowest price that meets or exceeds the minimum specifications. This procurement is set aside 100% for small business. The NAICS code is 327390 and the small business size standard is 500 employees. The Government intends to make a single award as a result of this solicitation; however, multiple awards may be made if determined to be in the Government's best interest. The following commercial items are requested in this solicitation:

Minimum Specifications:

0001 – Pre-cast Concrete Median, 10 feet in length.  Quantity:  6 EACH

  • Must at least meet Unified Facilities Criteria (UFC) 4-022-02 paragraph 6-2.2 requirements (see attachment).
  • Top must be at least 6 inches wide
  • Base must be at least 24 inches wide
  • Height must be 32 to 42 inches
  • At least 1 anchoring point on each end to accommodate government provided ¾ inch steel cable
  • Reinforced barriers are acceptable
  • No painted colors
  • CPG compliant cement and concrete. If CPG conflicts with performance requirements please provide explanation.

0002 – Pre-cast Concrete Median, 8 feet in length.  Quantity:  5 EACH

  • Must at least meet Unified Facilities Criteria (UFC) 4-022-02 paragraph 6-2.2 requirements (see attachment).
  • Top must be at least 6 inches wide
  • Base must be at least 24 inches wide
  • Height must be 32 to 42 inches
  • At least 1 anchoring point on each end to accommodate government provided ¾ inch steel cable
  • Reinforced barriers are acceptable
  • No painted colors
  • CPG compliant cement and concrete. If CPG conflicts with performance requirements please provide explanation.

Submission Requirements:

1.  Offerors shall submit ALL of the following information with their quote on attached vendor information sheet.

  • Company/Offeror Name:
  • Company Tax ID Number:
  • Company P.O.C:
  • POC Phone Number:
  • POC E-Mail:
  • Cage Code or UEI Number:
  • Place of Manufacture (Required):
  • Anticipated Delivery Time After Receipt of Order (ARO):
  • F.O.B. (if origin, please provide cost):
  • Net Payment Terms (Net 30, unless otherwise noted):

2. Offerors quotes shall include adequate information (product brochures, cut sheets, technical data sheets, etc.) for the Government to determine if the item being offered meets the Minimum Specifications identified below.  Links to web sites are not acceptable. Failure to provide adequate specification information will render the quote non-responsive, and it will not be considered for award.

3. FAR and DFARS provisions/clauses incorporated into this RFQ and/or the resulting contract(s) are attached in full text provisions and clauses attachment. The full text of the referenced provisions/clauses may be found at http://www.acquisition.gov.  Vendors must submit the Representations and Certifications from, Full Text Provisions and Clauses, with their quote only if they differ from, or have not been completed within, their System for Award Management (SAM) profile. DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services Representation, and DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services, attached separately for submission convenience (FAR and DFARS Section 889 Representations).

4. Contractors must have an active System for Award Management (SAM) registration to be eligible for award. Register or check the status of your registration at http://www.sam.gov.  Please ensure your SAM profile reflects all socio-economic group(s) and NAICS Codes applicable to your business. If the NAICS code listed above is not included in your SAM profile, you must also complete the representations in FAR 52.219-1 and attach it to your quote. Contractors must submit invoices electronically using the Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) application within Wide Area Work Flow (WAWF) at https://wawf.eb.mil, and receive payment via Electronic Funds Transfer (EFT) to the bank account listed in their SAM profile. Please verify with your accounts receivable/billing department that they can comply with this billing method prior to submitting a quotation.

5. Questions regarding this solicitation shall be emailed to MSgt Megan McCauley and 1st Lt Allison Harbit, no later than 11:00 AM Central on Friday, 9 September 2022. Questions and Answers will be consolidated into a single Q&A document on a non-attribution basis and posted to the solicitation.

6. Proposals are due at:

185ARW/MSC

ATTN: MSgt Megan McCauley

2920 Headquarters Avenue

Sioux City, IA 51111-1300.

Proposals may be submitted by mail, hand delivered, or e-mail to megan.mccauley@us.af.mil  and allison.harbit@us.af.mil

It is the vendor's responsibility to verify that quotes have been received at the Contracting Office prior to the due date and time.

Contact Information

Primary Point of Contact

Secondary Point of Contact

History