This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation W50S8R25Q0012 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04. This solicitation is being solicited as 100% small business set-aside. The NAICS code that applies is 332322 and business size is 500 employees. This action will result in a FFP purchase order, utilizing simplified acquisition procedures.
The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following items:
CLIN
Description
Quantity
Unit of Issue
Salient Characteristics
0001
Concrete Wall Form 4ft. Inside Corner Angle
8
EA
6"x6"x4, steel inside corner angle, multiple brand compatible, 135 and 90 degrees adjustable, 30lbs
0002
Concrete Wall Form 4ft. Outside Corner Angle
8
EA
2-1/2"x2-1/2"x4', steel outside corner angle, dadoes: 12" O.C., 14lbs, multiple brand compatable
0003
Concrete Wall Form 1"x8' Filler
2
EA
1"x8' steel frame, HDO plywood face, 1,000 PSF, 55,000 psi frame strength, Ingtegral handle for placing and setting, Full 2”x2” crossmember support angle every foot
0004
Concrete Wall Form 10"x8' Filler
2
EA
10"x8' steel frame, HDO plywood face, 1,000 PSF, 55,000 psi frame strength, Ingtegral handle for placing and setting, Full 2”x2” crossmember support angle every foot
0005
Concrete Wall Form 12"x8' Filler
2
EA
12"x8' steel frame, HDO plywood face, 1,000 PSF, 55,000 psi frame strength, Ingtegral handle for placing and setting, Full 2”x2” crossmember support angle every foot
0006
Concrete Wall Form 20"x8' Filler
2
EA
20"x8' steel frame, HDO plywood face, 1,000 PSF, 55,000 psi frame strength, Ingtegral handle for placing and setting
0007
Concrete Wall Form 6"x8' Filler
2
EA
6"x8' steel frame, HDO plywood face, 1,000 PSF, 55,000 psi frame strength, Ingtegral handle for placing and setting, Full 2”x2” crossmember support angle every foot
0008
Concrete Wall Form 16"x8' Filler
2
EA
16"x8' steel frame, HDO plywood face, 1,000 PSF, 55,000 psi frame strength, Ingtegral handle for placing and setting, Full 2”x2” crossmember support angle every foot
0009
Concrete Wall Form 24"x8' Panel Handset
190
EA
24"x8' steel frame, HDO plywood face, 1,000 PSF, 55,000 psi frame strength, Ingtegral handle for placing and setting, Full 2”x2” crossmember support angle every foot
0010
Concrete Wall Form 18"x8' Filler
6
EA
18"x8' steel frame, HDO plywood face, 1,000 PSF, 55,000 psi frame strength, Ingtegral handle for placing and setting, Full 2”x2” crossmember support angle every foot
0011
Wedge Bolt 500/Pail OCM
1200
EA
Standard Concrete Form Steel Wedge Bolt, Non bottom bearing, inspectable torgue values for proper installation
0012
Turnbuckle Form Aligner
100
EA
37"x2"x2", self cleaning coil thread, 2x4 & 2x6 attachable
0013
Waler Clamp
400
EA
One piece, 1,875 safe working load, Single or Double 2x4 compatable
0014
Concrete Wall Form 4"x8' Filler
2
EA
4"x8' steel frame, HDO plywood face, 1,000 PSF, 55,000 psi frame strength, Ingtegral handle for placing and setting, Full 2”x2” crossmember support angle every foot
Location - 2401 N. Airport Road, Mansfield, OH 44903 utilizing FOB Destination
FAR 52.212-1 Instructions to Offerors -Commercial Products and Commercial Services (SEP 2023)
ADDENDUM to 52.212-1
-
- All questions regarding this RFQ shall be emailed to jeffrey.snyder.20@us.af.mil & james.kliewer.2@us.af.mil
- Additional Quote Preparation Instructions
- The offeror’s transmittal and cover letter for the quote must contain the name, phone number, and email address of the person to be contacted concerning any matter related to this solicitation. Include the following information in your quote: CAGE Code, Unique Entity ID, Company Name, mailing address, website, Date submitted and quote expiration date, delivery time/terms, and warranty information.
-
-
- The quote shall include a firm-fixed price. Separate Contract Line Item Numbers (CLINs) are not prescribed for the purposes of associated costs entailing taxes, fees, transportation, delivery, etc. Accordingly, quoted unit pricing for requirements at the CLIN level under this RFQ, shall be inclusive of all associated costs (i.e. material, transportation, delivery, etc.)
***Offerors shall include with their proposal a filled out 52.204-24 representation.***
ADDENDUM TO 52.212-2
1 BASIS FOR CONTRACT AWARD: This solicitation is for a Firm Fixed Price Contract. The Government intends to award a single contract to a qualified Offeror deemed responsible in accordance with the Federal Acquisition Regulation (FAR), whose quote conforms to all solicitation requirements and is judged to represent the Best Value to the Government. Best value is expected to result from the evaluation of technical acceptability, price, delivery, and information contained in the Supplier Performance Risk System (SPRS).
2 EVALUATION FACTORS FOR AWARD: The evaluation factors are (1) Technical, (2) Price, (3) Delivery, and (4) SPRS. To arrive at a Best Value decision, the Contracting Officer will integrate the evaluation of Technical, Price, Delivery, and SPRS.
- Technical Evaluation. Technical Capability will be evaluated on an Acceptable/Unacceptable basis. An offeror shall obtain an “Acceptable” rating to continue further in the competition. Offerors who are deemed to merit an “Unacceptable” rating in the Technical Capability Factor will be removed from further consideration for award. Once the minimum requirements are established, the team shall evaluate the offeror's quote against these requirements to determine whether the quote is acceptable or unacceptable, using the description outlined below. Quotes are evaluated for acceptability, but not ranked using the non-price factors/subfactors.
- Technical Documentation:
- Offeror shall provide a product specification sheet, adequate enough for the government to evaluate that the proposed products meet all requirements of this solicitation.
- Standard: A technically acceptable rating is met when the offeror provides product specification sheets that clearly demonstrates meeting all salient characteristics
- Price. The total quoted price from offerors determined technically acceptable will be evaluated.
- Delivery. Delivery terms contained in the offer will be evaluated. In general, quicker lead times are considered more favorable to the Government.
- SPRS. The Government shall utilize information contained in SPRS, if available, as described in DFARS 252.204-7024. Offerors or quoters without a risk assessment in SPRS shall not be considered favorably or unfavorably.
(End of provision)
Offers are due by 1:00 P.M. EST 2 July 2025: email jeffrey.snyder.20@us.af.mil
List of Attachments:
Attachment 1: Clauses and Provisions
NG Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns with the National Guard (NG) as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum.
Contract award or performance is suspended during the protest to the same extent, and within the same time periods as if filed at the GAO. The NG protest decision goal is to resolve protests within 35 calendar days from filing. An agency protest may be filed with either the Contracting Officer or the NG Agency’s Protest Decision Authority, but not both, in accordance with NG protest procedures.
To be timely, the protests must be filed with the periods specified in FAR 33.103. To file a protest under the NG Agency Protest Program, the protest must request resolution under that program and be sent to the address below:
National Guard Bureau
Office of the Director of Acquisitions/ Head of Contracting Activity
ATTN: NGB-AQ-O
111 S. George Mason Dr. Arlington, VA 22204
Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@mail.mil
All other agency-level protests should be sent to the Contracting Officer for resolution at the address in the solicitation. See FAR clause 52.233-2.