Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2008 FBO #2469
SOLICITATION NOTICE

83 -- Synopsis-Tents for FOB Modernization, FT. Irwin CA

Notice Date
8/28/2008
 
Notice Type
Presolicitation
 
NAICS
314912 — Canvas and Related Product Mills
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Bragg, ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124708R0030
 
Response Due
9/18/2008
 
Archive Date
11/17/2008
 
Point of Contact
Brandon Antonio Hawkins, 910-907-5144<br />
 
Small Business Set-Aside
N/A
 
Description
The Installation Contracting Command, Regional Contracting Center Fort Bragg intends to issue a solicitation for the delivery and installation of tents for the FOB Modernization, Ft. Irwin, CA. This procurement shall be solicited as unrestricted. North American Industry Classification System Code is 314912 with a size standard of 500 employees. This will be firm-fixed priced contract. The government anticipates issuing the solicitation on or about the 2 September 08. This is an estimated date. The solicitation and all amendments can be viewed at the following web sites https://acquisition.army.mil/asfi/ or https://www.fbo.gov. A site visit is scheduled for anyone interested in inspecting the site where the delivery and installation is to be performed. The site visit shall be held on 04 September 2008. Anyone interested in visiting the site should do so at this time. Electronic or telephonic notification of attendance must be received by the Point of Contact no later than 1:00 p.m. Pacific Time on 03 September 2008. The exact time of the site visit and directions to the location shall be provided upon receipt of notification of attendance. The point of contact is Mr. Eric Gardner, Telephone Number is (706)-380-5661 or by e-mail at eric.r.gardner@us.army.mil. This requirement includes the following: SLEEP TENT Locations Number of Tents (150X50) FOB-1/King-Located 45 minutes from main post (terrain-rough)15 each FOB-2/Santa Fe-Located 45 minutes from main post (terrain-rough)10 each FOB 3/Denver-Located 1.0 hour from main post (terrain-rough)10 each FOB 4/Dallas-Located 1.0 hours from main post (terrain-rough)10 each FOB 5/Miami-Located 2.0 hours from main post (terrain-rough)10 each FOB 6/Seattle-Located 2.0hours from main post (terrain-rough)10 each DINING TENT Locations Number of Tents (220X80) FOB-1/King-Located 45 minutes from main post (terrain-rough)1 each FOB 2/Denver-Located 1.0 hour from main post (terrain-rough)1 each FOB 3/Dallas-Located 1.0 hours from main post (terrain-rough)1 each FOB 4/Miami-Located 2.0 hours from main post (terrain-rough)1 each FOB 5/Seattle-Located 2.0hours from main post (terrain-rough)1 each TOC TENT Locations Number of Tents (20X40) FOB-1/King-Located 45 minutes from main post (terrain-rough)5 each FOB 2/Denver-Located 1.0 hour from main post (terrain-rough)3 each FOB 3/Dallas-Located 1.0 hours from main post (terrain-rough)3 each FOB 4/Miami-Located 2.0 hours from main post (terrain-rough)3 each FOB 5/Seattle-Located 2.0hours from main post (terrain-rough)3 each 3.0 Tent Requirement(s) 3.1 All tents shall be Clear Span type or equivalent, which provides occupants a weatherproof environment. Tents must possess, at a minimum, a 70 MPH wind load rating, rated in exposure C, per the International Building Code released in 2002. Engineering documents are required for approval, prior to any tent installation. The side walls shall be attached to the flooring to provide a seal for foaming and against the elements. Side wall fabric shall be installed to approximately 6-8 below the grading. Each tent shall be configured to provide one sealable portal per side wall section allow additional cabling and wires to pass through the tent walls. 3.2 Each Sleep tent will be a minimum of 7500 square feet, 150X50 or 125X60 are acceptable sizes. Eave height is to be a minimum of 10.5. Provide all tents proposed dimensions as an attachment with response to this solicitation. Tent quantities requested in this proposal can-not be reduced. Tents larger than the required 7500 sq. ft. are considered 1 unit; any extra square footage can-not be included or added to a tent with less than the required 7500 sq ft. 3.3 Each Dining tent will be a minimum of 17600 square feet, 220X80 or 214.5X82.5 are acceptable sizes. Eave height is to be a minimum of 10.5. Provide all tents proposed dimensions as an attachment with response to this solicitation. Tent quantities requested in this proposal can-not be reduced. Tents larger than the required 17600 sq. ft. are considered 1 unit; any extra square footage can-not be included or added to a tent with less than the required 17600 sq ft. 3.4 Each TOC tent will be a minimum of 800 square feet, 20X40. Eave height is to be a minimum of 10.5. Provide all tents proposed dimensions as an attachment with response to this solicitation. Tent quantities requested in this proposal can-not be reduced. Tents larger than the required 800 sq. ft. are considered 1 unit; any extra square footage can-not be included or added to a tent with less than the required 800 sq ft. 4.0 Flooring Plywood flooring shall be installed in each tent. Flooring and artificial turf surface area shall be the same size as the tent in which it is installed. Plywood shall be exterior grade, 3/4 thick, and 4X8 sheet. Plywood shall be fastened to 2X6 boards. The 2X6 boards shall be arranged to provide 100 pounds per square foot load bearing. The 2X6 boards shall be doubled and fastened together to raise the plywood flooring 6 above ground level. Flooring materials (plywood and artificial turf) shall be of a non-flammable grade resistance. Artificial turf flooring shall be installed in each tent. The artificial turf shall be able to withstand heavy foot trafic and have antimicrobial protection. Artificial turf shall be anchored to the plywood flooring surface to prevent shifting during normal to heavy foot traffic. antimicrobial protection 5.0 Doors Each tent shall be configured to provide (2)-two pedestrian openings, one located at each end, except the TOC tents which are to have (1) One opening. The entrances shall be located on the shorter faces of the tent. The entrances shall be spring loaded self-closing 6' x 6'8 composite solid double doors. 4.0 Foam All tents shall be covered in (2) two inches of Polyurethane insulating material which shall not contain and CFCs, HCFCs or any other gasses harmful to the environment. The contractor shall use NCFI SPRAY FOAM SYSTEM 10-001 (or equivalent material that has been Army Test and Evaluation Command safety certified). Fabric shall be installed to approximately 6-8 below grade with foam installed to the same level. The Contractor shall be responsible for excavation and backfill of trench at tent base. All exterior foamed surfaces shall receive 2 coats of UV protective elastomeric silicon coating. Two coats are desired in order to provide coverage that shall meet or exceed the Industry-standard of 10 years before re-application. 5.0 Foam Requirement(s) 5.1 Gaco Western Wall Foam System 193 or NCFI Polyurethanes 10-001 is desired. The Contractor may propose alternatives foams, but they must demonstrate equivalency to the above mentioned products. Any alternative must meet the basic specifications of the above mentioned products in order to be considered equal. Contractor must be prepared to submit alternative foams for rapid safety and toxicology certification through official Army channels. 5.2 The Contractor shall use a spray polyurethane foam system designed for use as a self-adhering, seamless, high insulating, spray applied that cures to rigid polyurethane foam. Foam must be zero-ozone depleting. 5.3 Product must be listed by Underwriters Laboratories Inc. and used in accordance with ULs Fire Resistance Directory. Wind uplift resistance rated at 160 -165 psf (depending on construction). 5.4 The Insulating factor at 2 thickness shall be R12 or Higher for the Initial rating and R10 or higher with aged R value. 5.5 Federal Trade Commission (FTC) regulations published in the Federal Register 16 CFR Part 460 require that R value testing of polyurethane foam insulation must be conducted on aged samples at a 75F mean test temperature. The Contractor shall comply with this requirement. Failure to do so can result in substantial fines by the FTC. 5.6 Foam shall meet the surface burning standard of ASTM E84 Flammability Rating. ASTM E84-05 is also known as ANSI 2.5, NFPA 255, UBC 8-1 (42-1) and UL 723 5.7 Foam must be manufactured in the U.S. to conform to current Federal (and state) regulations (safety, durability, etc). 6.0 UV Coat Requirement(s) 6.1 Coating shall be a single-component, elastomeric, silicone coating designed specifically to protect construction surfaces against the harsh effects of UV radiation, weather and moisture. 6.2 The Solids by Volume must be at least 66% using the ASTM D-2697 Test Method 6.3 The Solids by Weight must be at least 78% using the ASTM D-2697 Test Method 6.4 The Tensile Strength must be at least 400 psi using the ASTM D-412 Test Method 6.5 Must be able to withstand 8000 hours of accelerated weather exposure testing, Atlas Carbon Arc - ASTM 822, with no degradation. 6.6 Gaco Westerns Gacoflex A-32 Elastomeric coating is desired. The Contractor may propose alternatives foams, but they must demonstrate equivalency to the above mentioned product. Any alternative must meet the basic specifications of the above mentioned product In order to be considered equal. Contractor must be prepared to submit any alternative coatings for rapid safety and toxicology certification through official Army channels. 7.0 Waste Removal The Contractor shall at all times keep the work area; including storage areas, free from accumulations of waste materials. Before completing the work, the Contractor shall remove from the work and premises any materials that are not the property of the Government. Upon completing the work, the Contractor shall leave the work area in a clean, neat, and orderly condition. This includes removal of all waste from job sites. Waste shall be disposed of in accordance with local laws and regulations.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=af20bc304d5cbebbdf1886f872e3d0bd&tab=core&_cview=1)
 
Place of Performance
Address: National Training Center (NTC) Fort Irwin CA<br />
Zip Code: 92310-5095<br />
 
Record
SN01653704-W 20080830/080828221052-af20bc304d5cbebbdf1886f872e3d0bd (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.