Skip to main content

An official website of the United States government

You have 2 new alerts

TEMPORARY PREFABRICATED SPORTS FACILITY STRUCTURE

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: Canceled Combined Synopsis/Solicitation
  • Updated Published Date: Sep 30, 2021 04:56 pm MDT
  • Original Published Date: Aug 13, 2021 07:36 am MDT
  • Updated Date Offers Due: Sep 19, 2021 12:00 pm MDT
  • Original Date Offers Due: Sep 13, 2021 12:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Oct 04, 2021
  • Original Inactive Date: Sep 28, 2021
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5410 - PREFABRICATED AND PORTABLE BUILDINGS
  • NAICS Code:
    • 332311 - Prefabricated Metal Building and Component Manufacturing
  • Place of Performance:
    Bluffdale , UT 84065
    USA

Cancellation Description

Per SF Command leadership and the UT TAG, the decision was made on 9/30/21 to cancel this requirement this fiscal year due to too many uncertainties and not obtaining pre-approval from the NGB G9.This requirement is being pushed out to next fiscal year.Sincere apologies for the inconvenience this may have caused.Thank you for your understanding and look out for this requirement next fiscal year.Blessings!


Description

SOLICITATION:  W911YP21R0024

AGENCY/OFFICE:  Utah Army National Guard / USPFO

DELIVERY LOCATION:  Utah Army National Guard / 19th SF 17800 S. Redwood Rd, BLDG 9500, Bluffdale, UT 84065

SUBJECT:  Temporary Prefabricated Indoor Sports Facility Structure

RESPONSE DUE DATE:  12:00 PM MST 19 September 2021

CONTRACTING POC:  William (Billy) T. Brown III, Email:  William.t.brown68.civ@mail.mil, Phone:  8014324273

DESCRIPTION:

*****THIS REQUIREMENT IS BEING SOLICITED AS A TOTAL SMALL BUSINESS (SB) SET-ASIDE.  ONLY QUOTES FROM REGISTERED SBs in SAM.GOV WILL BE ACCEPTED*****

The Utah Army National Guard is soliciting a requirement for a Temporary Pre-fabricated Indoor Sports Facility Structure under combined synopsis/solicitation W911YP21R0024 and is being issued for Request for Quotes (RFQ).  This requirement is being solicited as a TOTAL SMALL BUSINESS SET-ASIDE under NAICS code 332311 – Prefabricated Metal Building & Component Manufacturing” which has a Small Business Size Standard of 750 employees (www.sba.gov).  FOR VENDOR’S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE.  Wholesaler NAICS codes will not be accepted.  Delivery and installation shall occur within 60-90 days ARO.

A walkthrough site visit will be conducted at this location at 0900 MST on 26 AUG 2021 to provide potential contractors an overview of the proposed site. Contractors are encouraged to attend the site visit but are not required for contract award. The site visit will address items such as location measurements, location of structural impediments, data and electrical access and connections, and any other concerns or questions. This is a secure facility so contractors interested in the walkthrough must RSVP to the Contracting Officer prior to the site visit so access to the facility and buildings can be facilitated. A Government issued driver’s license or identification card must be possessed by all individuals seeking access to the site. If you have questions please address them prior to 26 AUG 2021 and come prepared to ask them to our Technical Experts while on site. The Contracting Officer will collect all questions and answers, as well as any concerns or technical changes and will amend the solicitation by atleast 2 SEP 2021. 

***PLEASE SEE THE ATTACHED UPDATED STATEMENT OF WORK (9-14-21) FOR EXACT DETAILS OF THIS REQUIREMENT AND SITE VISIT MEETING MEETING***

FAR REGULATION:

All offerors are notified this information because this solicitation is a small business set-aside and is subject to Federal Acquisition Regulation (FAR) 19.102(f) (the “Non-Manufacturer Rule).  FAR 19.102 (f) states that “a small business primer contractor who is not manufacturing the supplies to be purchased by this solicitation must furnish items of a small business manufacturer who produces the items in the United States or its outlying territories”.  This solicitation is also subject to FAR Clause 52.219-14, “Limitations on Subcontracting”.  FAR Clause 52.219-14 states that “any small business prime contractor who is a manufacturer of the supplies must perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials.”

CONTRACT TYPE / EVALUATION CRITERIA:  

This RFP is subject to availability of funds per FAR 52.232-18.  The contract type for this procurement will be firm-fixed price and award evaluation criteria will be based on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria for all items conforming to the minimum requirements and specifications of items listed.  Offers that exceed funds availability or do not meet minimum technical requirements will not be considered for award.  Dimensions on items are approximate and slight size deviations are acceptable on equivalent items.  Alternate color options may be substituted for those specified provided they are of neutral color and/or similar to those specified.  A choice of color options after award are also acceptable as long as there is no difference in price to that quoted in contractors proposal.  The offer must be registered in System for Award Management (SAM) to be eligible for award.

SET-ASIDE / FAR REGULATION:

Any award resulting from this solicitation will be made using a TOTAL SMALL BUSINESS SET-ASIDE order of precedence as follows:

In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2.  If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns.

SAM REGISTRATION

All firms or individuals responding must meet all standards required to conduct business with the Government, including registration with SAM and WAWF/iRAPT, and be in good standing.  All qualified responses will be considered by the Government.  In addition to providing pricing each quote must include vendor's CAGE/DUNS number, Federal Tax Number, and must include point of contact information. 

IAW FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing.  Prospective offerors may obtain information on registration at WWW.SAM.GOV.  IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award.  Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov.

PROPOSALS: 

Please provide your proposal submission to the United States Property and Fiscal Office (USPFO) Purchasing and Contracting (P&C) Division NO LATER THAN 1200 PM MST 19 SEPTEMBER 2021.  All submissions should be sent via email to:  william.t.brown68.civ@mail.mil.  Facsimiles will not be accepted.  Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting.  Responses received after the stated deadline will be considered non-responsive and will not be considered.

PROVISIONS:

The following provisions are applicable to this solicitation:

FAR 52.202-1 – Definitions
FAR 52.203-3 – Gratuities
FAR 52.204-7 – Central Contractor Registration

FAR 52.204-24 – Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.204-24 – Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.204-25 – Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.204-26 – Covered Telecommunications Equipment or Services-Representation
FAR 52.209-6 – Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarement
FAR 52.212-1 – Instructions to Offerors

FAR 52.212-3 – Offeror Representations and Certifications-Commercial Items
FAR 52.212-3 – Alternate 1
FAR 52.212-4 – Terms and Conditions - Commercial
FAR 52.212-5 – Dev - Statutes/Exec Orders

FAR 52.217-5 – Evaluation of Options

FAR 52.217-8 – Option to Extend Services

FAR 52.217-9 – Option to Extend the Term of the Contract
FAR 52.219-1 (Alt I) – Small Business Program Representation
FAR 52.219-6 – Notice of Total Small Business Set-Aside
FAR 52.219-8 – Utilization of Small Business Concerns
FAR 52.219-14 – Limitations on Subcontracting
FAR 52.219-28 – Post-award Small Business Program Representations
FAR 52.222-3 – Convict Labor
FAR 52.222-21 – Prohibit Segregated Facilities
FAR 52.222-22 – Previous Contract and Compliance Reports
FAR 52.222-25 – Affirmative Action
FAR 52.222-26 – Equal Opportunity
FAR 52.222-36 – Affirmative Action for Workers With Disabilities
FAR 52.222-40 – Notification of Employees Rights Under the National Labor Relations Act
FAR 52.222-50 – Combating trafficking in Persons
FAR 52.222-54 – Employment Eligibility Verification
FAR 52.223-18 – Encouraging Contractor Policy to Ban Text Messaging While Driving
FAR 52.225-23 – Restrictions on Certain Foreign Purchases
FAR 52.225-25 – Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications

FAR 52.228-5 – Insurance – Work on a Government Installation
FAR 52.232-1 – Payments

FAR 52.232-18 – Availability of Funds
FAR 52.232-33 – Payment by Electronic Funds Transfer-Central Contractor Registration
FAR 52.233-1 – Disputes

FAR 52.233-2 – Service of Protest
FAR 52.233-3 – Protest After Award
FAR 52.233-4 – Applicable Law for Breach of Contract Claim

FAR 52.237-3 – Continuity of Services

FAR 52.242-13 - Bankruptcy
FAR 52.243-1 – Changes-Fixed Price
FAR 52.252-1 – Provisions Incorporated by Reference
FAR 52.252-2 – Clauses Incorporated by Reference
FAR 52.252-5 – Authorized Deviations in Provisions
FAR 52.252-6 – Authorized Deviation in Clauses
DFARS 252.203-7000 – Requirement Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 – Requirements to Inform Employees of Whistleblower Rights
DFARS 252.204-7003 – Control of Government Personnel Work Product

DFARS 252.204-7004 – Antiterrorism Awareness Training for Contractors

DFARS 252.209-7004 – Subcontracting with Firms that are owned or controlled by the government of a country that is a State sponsor of terrorism
DFARS 252.209-7995 – Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law
DFARS 252.212-7000 – Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items
DFARS 252.212-7001 – Dev Terms and Conditions
DFARS 252.225-7001 – Buy America Act and Balance of Payments Program
DFARS 252.225-7002 – Qualifying Country as Subcontractors
DFARS 252.225-7012 – Preference for Certain Domestic Commodities
DFARS 252.232-7003 – Electronic Submission of Payment Requests
DFARS 252.232-7010 – Levies on Contract Payments
DFARS 252.237-7010 – Prohibition of Interrogation of Detainees by Contract Personnel
DFARS 252.243-7001 – Pricing of Contract Modifications
DFARS 252.243-7002 – Requests for Equitable Adjustment.

FAR 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 full text available. Also, the full text of a clause may be accessed electronically at:  HTTPS://WWW.ACQUISITION.GOV.

Contact Information

Contracting Office Address

  • KO FOR UTARNG DO NOT DELETE 12953 SOUTH MINUTEMAN DRIVE
  • DRAPER , UT 84020-2000
  • USA

Primary Point of Contact

Secondary Point of Contact





History