Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2009 FBO #2756
SOLICITATION NOTICE

W -- TENT WITH AC/ HVAC/GENERATOR

Notice Date
6/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Irwin, BLDG 505, FORT IRWIN, CA 92310
 
ZIP Code
92310
 
Solicitation Number
NTC0908GEORGE03
 
Response Due
6/16/2009
 
Archive Date
12/13/2009
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
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 NTC0908GEORGE03 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 2005-31. The associated North American Industrial Classification System (NAICS) code for this procurement is 339911 with a small business size standard of 500.00 employees. This requirement is unrestricted 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 2009-06-16 17:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Irwin, CA 92310 The USA ACA Fort Irwin requires the following items, Meet or Exceed, to the following: LI 001, Rental of Tents 7,200 sq ft or equivalent to use for Living Rental of Tents 7,200 sq ft or equivalent to use for Living. The tents must be equipped with related equipment (lighting, Astroturf flooring, doors, walls, and generators to power lights and ample outlets) throughout the tent. Framed tents are preferred, but pole tents are acceptable only if properly secured and tied down to lessen tent flapping caused by the wind or the user has the ability to secure with sandbags and/or any other item. Price shall include delivery, set-up, tear down, and removal of tents and related equipment on the last POP day. Contractor shall ensure all Tents 7,200 sq ft or equivalent to use for Living are delivered with all necessary parts and generators must have a full tank of fuel. Contractor shall provide repair and / or replacement services for the leased equipment within 24 hours. Any repairs or replacements for the leased equipment not serviced within 24 hrs, will not be charged to the U.S. Government. Please note, due to the nature of the training exercises conducted, the POP dates may shift slightly. In the event this happens, the Contracting Officer will notify Contractor within 12 - 24 hrs to make adjustments accordingly. The U.S. Government shall not be charged for equipment returned early. Note: Living tents will be setup throughout various locations at Fort Irwin, CA. Generators will be set up in accordance with NEC, CA DIR, and CFR 29 1910. SEE PERIOD OF PERFORMANCE, QUANTITY AND LOCATIONS IN THE ATTACHMENT., 1, EA; LI 002, Rental of Heating Ventilation and Air Conditioning (HVAC) for Tents 7,200 sq ft Rental of Heating Ventilation and Air Conditioning (HVAC) for Tents 7,200 sq ft or equivalent to use for Living. The HVAC must be equipped with generators to power HVAC. Temperature requirement is between 65 and 78 degrees at all times. Price shall include delivery, set-up, tear down, and removal of tents and related equipment on the last POP day. Contractor shall ensure all HVAC for Tents 7,200 sq. ft. or equivalent to use for Living are delivered with all necessary parts and generators must have a full tank of fuel. Contractor shall provide repair and / or replacement services for the leased equipment within 24 hours. Any repairs or replacements for the leased equipment not serviced within 24 hrs, will not be charged to the U.S. Government. Please note, due to the nature of the training exercises conducted, the POP dates may shift slightly. In the event this happens, the Contracting Officer will notify Contractor within 12 - 24 hrs to make adjustments accordingly. The U.S. Government shall not be charged for equipment returned early. Note: Equipment will be place at various locations throughout Fort Irwin, CA. Generators must be configured to run JP8 fuel prior to installation. Generators will be set up in accordance with NEC, CA DIR, and CFR 29 1910. SEE PERIOD OF PERFORMANCE, QUANTITY AND LOCATIONS IN THE ATTACHMENT., 1, EA; LI 003, Rental of Tents 600 sq ft or equivalent to use for TOC and/or Living Rental of Tents 600 sq ft or equivalent to use for TOC and/or Living. The tents must be equipped with related equipment (lighting, Astroturf flooring, doors, walls, and generators to power lights and ample outlets) throughout the tent. Framed tents are preferred, but pole tents are acceptable only if properly secured and tied down to lessen tent flapping caused by the wind or the user has the ability to secure with sandbags and/or any other item. Price shall include delivery, set-up, tear down, and removal of tents and related equipment on the last POP day. Contractor shall ensure all Tents 600 sq ft or equivalent to use for TOC and/or Living are delivered with all necessary parts and generators must have a full tank of fuel. Contractor shall provide repair and / or replacement services for the leased equipment within 24 hours. Any repairs or replacements for the leased equipment not serviced within 24 hrs, will not be charged to the U.S. Government. Please note, due to the nature of the training exercises conducted, the POP dates may shift slightly. In the event this happens, the Contracting Officer will notify Contractor within 12 - 24 hrs to make adjustments accordingly. The U.S. Government shall not be charged for equipment returned early. Note: Living tents will be setup throughout various locations at Fort Irwin, CA. Generators will be set up in accordance with NEC, CA DIR, and CFR 29 1910. SEE PERIOD OF PERFORMANCE, QUANTITY AND LOCATIONS IN THE ATTACHMENT., 1, EA; LI 004, Rental of Air Condioning Unit (ACU) for Tents 600 sq ft Rental of Air Conditioning Units (ACUs) for Tents, 600 sq ft or equivalent to use for Tactical Operations Center (TOC). The ACUs must be equipped with generators to power ACUs. Temperature desired is 74 degrees F. or better. Price shall include delivery, set-up, tear down, and removal of ACUs and related equipment on the last POP day. Contractor shall ensure all ACU for Tents 20' x 30' or equivalent to use for Tactical Operations Center are delivered with all necessary parts and generators must have a full tank of fuel. Contractor shall provide repair and/or replacement services for the leased equipment within 24 hours. Any repairs or replacements for the leased equipment not serviced within 24 hrs, will not be charged to the US Government. Please note, due to the nature of the training exercises conducted, the POP dates may shift slightly. In the event this happens, the Contracting Officer will notify the Contractor within 12-24 hrs to make adjustments accordingly. The US Government shall not be charged for equipment returned early. Note: Equipment will be placed at various locations througout Ft Erwin, CA. ACU with generator should be sufficient to cool a 600 square foot tent maintaining 74 degrees or cooler.SEE PERIOD OF PERFORMANCE, QUANTITY AND LOCATIONS IN THE ATTACHMENT., 1, EA; For this solicitation, USA ACA Fort Irwin 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 Irwin 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. All equipment must be in both good physical and mechanical codition. No "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made according to the period of performance stated for each line item. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Partial Bids will be accepted and considered, however, award decision will be made to the offer which provides the best value to the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK17/NTC0908GEORGE03/listing.html)
 
Place of Performance
Address: Fort Irwin, CA 92310<br />
Zip Code: 92310<br />
 
Record
SN01842968-W 20090613/090612000140-189143c0b5d35d219a9072f94858d30b (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.