Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2008 FBO #2578
SOLICITATION NOTICE

W -- Lease of Tents and Equipment

Notice Date
12/15/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Hood, 1001 761st Tank Battalion Ave, W103, Fort Hood, TX 76544
 
ZIP Code
76544
 
Solicitation Number
W91GVN83290001
 
Response Due
12/17/2008
 
Archive Date
6/15/2009
 
Point of Contact
Name: Alison Frank, Title: Contract Specialist, Phone: 2542876435, Fax: 2542875354
 
E-Mail Address
alison.frank@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 W91GVN83290001 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 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 532412 with a small business size standard of $6M. 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 2008-12-17 13:00:00.0 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, Tents, 6600sq ft; Lease of White Clearspan Tents; 6600sq ft (66 ft X 100 ft with at least 10' ft high walls) to be placed on asphalt surface. Tents #1 & #2 will have two doors - 6 ft wide and at least 6'8" tall. Both tents must be able to accomodate interior lighting to cover the entire area and exterior lighting at the entrance and exit for safety. Tents will be of Clearspan tent material and infrastructure will be able to handle the wind, rain and winter weather conditions of the area. The Clearspan tent design will have no interior poles. Both tents will have six power outlets (three prong Ground Fault Circuit Interupter (GCFI) preferred). Power distribution system and outlets must have capability of handling high amperage (up to 115amp) heaters. Tent #1 will have no flooring. Tent #2 (see diagram #1) must accommodate elevated floor as described in CLIN 0004 and will have green outdoor carpet. Carpet will not be recoverable after the event. Tent #2 must have a ramp at both doors providing access to and from outside. See diagram #1 for details. Period of Performance: 06 Jan 09 - 15 Apr 09., 2, EA; LI 002, Tent, 2100sq ft,Lease of White Clearspan Tent; 2100sq ft (30 ft X 70 ft with at least 10 ft walls) to be placed on asphalt surface. Tent will have two doors 6 ft wide and 9 ft tall. Tent must have interior lighting to cover the entire area and exterior lighting at the entrance and exit for safety. The Clearspan tent material and infrastructure will be able to handle the wind, rain and winter weather conditions of the area. The Clearspan tent design will have no interior poles. Tents will have four power outlets. Power distribution system and outlets must have capability of handling high amperage up to 115amp. See Diagram #1 for details. Period of Performance: 06 Jan 09 - 15 Apr 09., 1, EA; LI 003, Heaters; Lease of Heaters will have to maintain a temperature at or below 85 degrees and greater than 65 degrees Fahrenheit for tents in CLIN 0001 (6600sq ft ea). In order to keep Soldiers safe from accidental fire, space heaters will not be used. Military unit will be responsible. Period of Performance: 06 Jan 09 - 15 Apr 09., 8, EA; LI 004, Elevated floor; Lease of Floor for Tent #2 will be an elevated floor to fit within a 6600sq ft, 66 ft X 100 ft) tent with minimal (1 inch) space between tent walls and flooring. The floor will have pallets to support 6600 sq ft, using X 4 X 8 plywood. Plywood must be secured to the pallets. Tent floor will be covered with green outdoor carpet and will not be recoverable after the event. See attached Diagram 1. Period of Performance: 06 Jan 09 - 15 Apr 09., 1, EA; LI 005, Chairs; lease of folding chairs constructed of a material that will support persons up to 250 pounds. Period of Performance: 06 Jan 09 - 15 Apr 09., 700, EA; LI 006, Tables; lease of 6ft round tables, hard plastic tables, must be able to support 50lbs. Period of Performance: 06 Jan 09 - 15 Apr 09., 30, EA; LI 007, Tables; lease of 96" x 30" rectangular tables, hard plastic tables, must be able to support 50lbs. Period of Performance: 06 Jan 09 - 15 Apr 09., 10, EA; LI 008, Power Generator; Lease of Generators must operate on Diesel fuel (commercial variety) and must be able to support power requirements for heaters and power outlets in tent #1 and tent #2. Generators and power distribution systems (cables) must be positioned as not to block vehicle access to any tent door in order to allow medical vehicle access. Military unit will be responsible for refueling the generator. Power distribution system and outlets must have capability of handling high amperage (up to 115 amp) heaters Vendor must provide maintenance/repair of generator and power distribution system within 4 hours of notification of mechanical failure. Generator must be quiet by having a noise silencer and positioned at adequate distance to permit speaking by PA, see Diagram 1., 2, EA; LI 009, 100 Watt Light Sets; Lease of Eight (8) - 100 watt drop style interior light sets with power cords; and Eight (8) - 100 watt exterior light sets on stands with power cords., 1, EA; LI 010, Lease of 200ft power cords. Power distribution system and outlets must have capability of handling high amperage (up to 115amp) heaters. Period of Performance: 06 Jan 09 - 15 Apr 09., 1, EA; 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, competed, 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Delivery shall be made within 30 days or less after receipt of order (ARO). 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. See attached applicable provisions and clauses. Response from vendors is required, if applicable, to the following: 52.209-5, 52.209-6, 52.212-3, 52.212-3 Alt1, 52.222-48 and 252.247-7022. Any applicable provisions and clauses must be provided electronically prior to the solicitation closing time and date by email to clientservices@fedbid.com. Proposed responders must submit any questions concerning this solicitation before 16 Dec 08, 1000 CST, to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered. Equipment must be in good condition, NO remanufactured products Bid MUST be good for 30 days after submission. FOB Destination CONUS (CONtinental U.S.) a. An organized site visit will be held at Fort Hood, Texas, Friday, 12 Dec 08 at 0900 CDT. Participants will meet at Building 410, The 4th ID Headquarters Building, FORT HOOD, TX, 76544. Site visit sign-in will be from 0845-0900. Directions to Bldg 410: Proceed through Main Gate Entrance, TJ Mills Blvd. Continue straight on TJ Mills BLVD and make a right on Battalion Avenue. Stay on Battalion Avenue for approximately 2 miles. Make another right on 24th street, and then make the second right into the 4th ID Visitors Parking lot (East side) or park on the West side by driving around on the south side of the Division Headquarters. The site visit will take place in the West side parking lot. To ensure your quote is accurate and will meet all the terms/conditions related to this requirement, all Offerors intending to quote must attend the site visit. Any quotes received from Offerors not at the site visit, will not be accepted. b. Participants are asked to notify the Government of their intent to attend this site visit by sending an email to Alison Frank at alison.frank@us.army.mil or fax to 254-287-5354, no later than Thursday, 11 Dec 08, at 1300 CDT. Offeror will provide the following information in the notification: Company Name, Address, POC Name and email address or telephone number, and the number of attendees in the group. c. Fort Hood is a closed access installation. All visitors must obtain a visitors pass at the Main Gate Visitors Center before being allowed on post. Consequently, participants should allow at least one hour prior to the site visit for obtaining this pass. d. All offerors having questions during the site visit must submit them in writing after the site visit via email to alison.frank@us.army.mil or fax 254-287-5354 not later than Friday, 12 Dec 08, 1500 CDT. Closing date for submittal of quotes via FEDBID will be Tuesday, 16 Dec 08, 1400 CDT. e. Remarks and explanations made by the government representative during the course of the site visit, whether orally or in writing, shall not change or qualify any of the terms or conditions of the solicitation. This same qualification applies to the written answers provided to the questions. The solicitation can only be changed by a formal written amendment issued by Fort Hood Directorate of Contracting. All tents, power generator and distribution, lighting, heater must be established on 6 Jan 09 not later than 0900 hours (9 a.m.). Contractor can access the training area not earlier than 22 Dec 08. Military personnel will not be responsible for securing contractors equipment if they begin work prior to 22 Dec 08. Contractor must be able to remove all tents and equipment on 16 Apr 09, not earlier than 0900 hours (9 AM). Training unit will provide security for all equipment from 6 Jan 09 15 Apr 09. If the contractor requires access on 17 Apr 09 to complete site breakdown this must be identified prior to contract being signed.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d503bf3e3e5dd31defbd448debe089e7&tab=core&_cview=1)
 
Place of Performance
Address: Fort Hood, TX 76544<br />
Zip Code: 76544-5025<br />
 
Record
SN01718747-W 20081217/081215214920-d503bf3e3e5dd31defbd448debe089e7 (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.