Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2007 FBO #2155
MODIFICATION

83 -- Clear Span Structure (Tent/Equipment Lease)

Notice Date
10/19/2007
 
Notice Type
Modification
 
Contracting Office
1001 761st Tank Battalion Avenue, Room W113, Fort Hood, TX 76544
 
ZIP Code
76544-5025
 
Solicitation Number
W814HB72890010
 
Response Due
10/23/2007
 
Archive Date
4/20/2008
 
Point of Contact
Name: Johanna Goodman, Title: Contract Specialist, Phone: 2542876495, Fax: 2542875354
 
E-Mail Address
johanna.goodman@us.army.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W814HB72890010 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-20. The associated North American Industrial Classification System (NAICS) code for this procurement is 314912 with a small business size standard of 500 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-10-23 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Hood, TX 76544 The USA ACA Fort Hood requires the following items, Meet or Exceed, to the following: LI 001, Set up for (3) Clear Span Structure (Tent/Equipment Lease). Two 66X115" will be aligned side-by-side perpendicular to Headquarters Ave, near the TMC at North Fort Hood on earth. Both will be served by a 500KW generator with a 2,000 gal fuel tank. Both of the 7,500 foot facilities which will house the HEAT Trainer and the EST 2000 cannot be less that 50 feet wide due to equipment dimensions. The remaining 82X132 Clear Span Structure (Tent/Equipment Lease) will be constructed on the asphalt area behind the new AAFES facility and served by a 320KW generator with a 1,000 gal fuel tank. The 10,000 s.f tent needs to be within about a 10% tolerance of the requested dimension. Air condition power electric (no propane) for all 3 tents Climate control through the winter and summer. Model heating and cooling capacity to maintain 72 degrees. With a light weight metal frame door structure (solid door). Period of performance 01 Nov 07- 30 Apr 08. Provide cost breakdown of set up via email to johanna.goodman@us.army.mil. W814HB7289001. , 3, EA; LI 002, One 82X132" Clear Span Structure(Tent/Equipment Lease) will be constructed on the asphalt for 6 months, including two dividers on cables, raised wood floor with astroturf, 400 W metal halide lights on switches, lighted exit signs over doors, double door at each end, HVAC (air/heat) with interior thermostat, 100A panel and transformer, quad boxes around tent perimeter. Maintenance service to include: 4 hour response with 24 part replacement. Air condition power electric (no propane) for all 3 tents Climate control through the winter and summer. Model heating and cooling capacity to maintain 72 degrees. With a light weight metal frame door structure (solid door). Period of performance 01 Nov 07- 30 Apr 08. W814HB7289001, 6, Months; LI 003, One 66X115" Clear Span Structure(Tent/Equipment Lease)will be constructed on earth, including room divider on cable divided 2/3 and 1/3, raised wood floor with Astroturf for the 2/3, nothing for the 1/3, 400 W metal halide lights on switches segregated to control lights in the 2/3 and 1/3, lighted exit signs over doors, double door at each end, HVAC (heat/air) with interior thermostat, 100A panel and transformer, quad boxes around Clear Span Structure(Tent)perimeter. Maintenance service: response time 4 hours with 24 hours parts replacement. Air condition power electric (no propane) for all 3 tents Climate control through the winter and summer. Model heating and cooling capacity to maintain 72 degrees. With a light weight metal frame door structure(solid door). Period of performance 01 Nov 07- 30 Apr 08. W814HB7289001, 6, Months; LI 004, One 66X115" Clear Span Structure(Tent/Equipment Lease)will be constructed on earth, no divider, including raised wood floor with astroturf, 400 W metal halide lights on switches, lighted exit signs over doors, double door at each end, HVAC (air/heat) with interior thermostat, 100A panel and transformer, quad boxes around tent perimeter. Maintenance service to include: 4 hour response with 24 part replacement. Air condition power electric (no propane) for all 3 tents Climate control through the winter and summer. Model heating and cooling capacity to maintain 72 degrees. With a light weight metal frame door structure (solid door). Period of performance 01 Nov 07- 30 Apr 08. W814HB7289001, 6, Months; LI 005, One 320KW Generators with 1,000 gallons external fuel tank and maintenance. Generator will run 16 hours a day, 7 days a week. Maintenance service to include: 4 hour response with 24 part replacement. Period of performance 01 Nov 07- 31 Jan 08. W814HB7289001, 3, Months; LI 006, One 500KW Generators with 2,000 gallons external fuel tank and maintenance. Generator will run 16 hours a day, 7 days a week. Maintenance service to include: 4 hour response with 24 part replacement. Period of performance 01 Nov 07- 31 Jan 08. W814HB7289001, 3, Months; LI 007, Cost of Fuel for Generators. Price will be based on usage for 7,000 gallons of diesel fuel per week X $3.50 +price per gallon = $24,500.00 X 12 weeks (3 months) = $294,000.00 with a 15% fluctuation reimburseable other direct cost not to exceed amount. Generator fuel tanks will be maintained so that generators do not run out of fuel at any time. Every other day fuel is required. Period of performance 01 Nov 07- 31 Jan 08. W814HB7289001, 3, Months; LI 008, Tear Down. Take away of tents and equipment based on 6 months lease. Vendor is responsible for clean up, patch work, etc. Regardless of options exercised. This will be performed at the end of the contract. Provide cost breakdown of tear down via email to johanna.goodman@us.army.mil, 1, EA; LI 009, Option CLIN 1002 for One 82X132" Clear Span Structure (Tent/Equipment Lease) for 6 months, including two dividers on cables, raised wood floor with astroturf, 400 W metal halide lights on switches, lighted exit signs over doors, double door at each end, HVAC (air/heat) with interior thermostat, 100A panel and transformer, quad boxes around tent perimeter. Maintenance service to include: 4 hour response with 24 part replacement. Air condition power electric (no propane) for all 3 tents Climate control through the winter and summer. Model heating and cooling capacity to maintain 72 degrees. With a light weight metal frame door structure. Period of performance 01 May 08- 31 Oct 08. W814HB7289001, 6, Months; LI 010, Option CLIN 1003 for One 66X115" Clear Span Structure(Tent/Equipment Lease)including room divider on cable divided 2/3 and 1/3, raised wood floor with Astroturf for the 2/3, nothing for the 1/3, 400 W metal halide lights on switches segregated to control lights in the 2/3 and 1/3, lighted exit signs over doors, double door at each end, HVAC (heat/air) with interior thermostat, 100A panel and transformer, quad boxes around Clear Span Structure(Tent)perimeter. Maintenance service: response time 4 hours with 24 hours parts replacement. Air condition power electric (no propane) for all 3 tents Climate control through the winter and summer. Model heating and cooling capacity to maintain 72 degrees. With a light weight metal frame door structure. Period of performance 01 May 08- 31 Oct 08. W814HB7289001, 6, Months; LI 011, Option CLIN 1004 for One 66X115" Clear Span Structure(Tent/Equipment Lease) no divider, including raised wood floor with astroturf, 400 W metal halide lights on switches, lighted exit signs over doors, double door at each end, HVAC (air/heat) with interior thermostat, 100A panel and transformer, quad boxes around tent perimeter. Maintenance service to include: 4 hour response with 24 part replacement. Air condition power electric (no propane) for all 3 tents. Climate control through the winter and summer. Model heating and cooling capacity to maintain 72 degrees. With a light weight metal frame door structure. Period of performance 01 May 08- 31 Oct 08. W814HB7289001, 6, Months; LI 012, Option CLIN 1005 for One 320KW Generators with 1,000 gallons external fuel tank and maintenance. Generator will run 16 hours a day, 7 days a week. Maintenance service to include: 4 hour response with 24 part replacement. Period of performance 01 Feb 08- 30 Apr 08. W814HB7289001, 3, Months; LI 013, Option CLIN 1006 for One 500KW Generators with 2,000 gallons external fuel tank and maintenance. Generator will run 16 hours a day, 7 days a week. Maintenance service to include: 4 hour response with 24 part replacement. Period of performance 01 Feb 08- 30 Apr 08. W814HB7289001, 3, Months; LI 014, Option CLIN 1007 for Cost of Fuel for Generators. Price will be based on usage for 7,000 gallons of diesel fuel per week X $3.50 +price per gallon = $24,500.00 X 12 weeks (3 months) = $294,000.00 with a 15% fluctuation reimburseable other direct cost not to exceed amount. Generator fuel tanks will be maintained so that generators do not run out of fuel at any time. Every other day fuel is required. Period of performance 01 Feb 08- 30 Apr 08. W814HB7289001, 3, Months; For this solicitation, USA ACA Fort Hood intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Hood is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions or comments The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). This requirement is Subject to Availibility of funds (SAF) FY08 Funds. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. 252.212-7001 Contract Terms and conditions 252.203-3 – 252.225-7001 – 252.225-7012 – 252.243-7002 – 252.247-7023 52.217-8 Option to Extend Service. Contractor shall provide pictures or descriptive liturgy via e-mail to johanna.goodman@us.army.mil After 19 Oct 07 no more questions will be allowed. See attached for questions and answers to clarify requirement and pictures. Provide cost breakdown of set up and tear down via email to johanna.goodman@us.army.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-OCT-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
www.fedbid.com (b-57307_04, n-9616)
(http://www.fbo.gov/spg/USA/DABK/DABK15/W814HB72890010/listing.html)
 
Place of Performance
Address: Fort Hood, TX 76544
Zip Code: 76544-5025
Country: US
 
Record
SN01438163-F 20071021/071019230147 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.