Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2011 FBO #3543
MODIFICATION

83 -- MEDICAL TENTS RENTAL

Notice Date
8/5/2011
 
Notice Type
Modification/Amendment
 
NAICS
532299 — All Other Consumer Goods Rental
 
Contracting Office
MICC - Joint Base Myer-Henderson Hall, Bldg 205, Room 213, 204 Lee Avenue, Fort Myer, VA 22211-1199
 
ZIP Code
22211-1199
 
Solicitation Number
W91QF711T0093
 
Response Due
8/8/2011
 
Archive Date
10/7/2011
 
Point of Contact
SHIRLEY A. THOMPSON, 703-696-7053
 
E-Mail Address
MICC - Joint Base Myer-Henderson Hall
(shirley.thompson5@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The MICC-JBM/HH Installation Contracting Office intends to solicit and award a firm-fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) Contract for Medical Tents in accordance with attached statement of work (SOW). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisition Regulation (FAR) Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This solicitation is issued as a Request for Quotation (RFQ). This announcement constitutes the only solicitation. The announcement number is W91QF711T0093. The North American Industrial Classification System (NAICS) code for this procurement is 532299 with a small business size standard of $7.0M. This requirement is solicited as a 100% small business set-aside and only qualified offerors may submit bids. Company must be registered with Central Contractor Registration (CCR) before an award will be made. CCR may be accessed at http://www.ccr.gov. The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN:Description 0001:Medical Tents BASE YEAR 1001:Medical Tents OPTION YEAR 1 2001:Medical Tents OPTION YEAR 2 Statement of Work: This Statement of Work (SOW) describes the technical specifications for tents required for health service support of a nationally televised event held in Washington, DC. Tents must have a dimension of 15 ft. x 15 ft. or 15 ft. x 10 ft. and be frame-type tents, white in color with opaque, white side-walls. These tents will serve as the primary means of providing health service support to military service members participating in events that take place in the vicinity of the National Mall. Period of Performance: 01-Sep-2011 to 31-Aug-2014 Place of Performance: Washington, DC Description of Work: Tent Specifications: Size: 15 ft. x 15 ft. or 15 ft. x 10 ft. Color: White with white side walls. Type: Free standing frame tents (no stakes). Requirements: 1) Tents will be frame type tents to allow for their being erected on asphalt/concrete surfaces, tent stakes cannot be used. Tents will be emplaced at designated sites along Constitution Avenue prior to the ceremonial rehearsal. 2) All tents will be installed with light sets, ECU's (Environmental Conditioning Units) and silent (whisper quiet) generators. Removal of tents from ceremony sites will be determined by Deputy Surgeon Office upon mission completion. 3) All tents will have 6 power outlets (three prong GCFI preferred). Power distribution system and outlets must have the capability of handling up to 20 amps, to include medical devices operating simultaneously on multiple outlets. Tents will have four doors and two windows. Tents must have appropriate lighting to conduct emergency medical procedures and individuals within the tent must have requisite lighting to read and write. 4) Contractor must provide immediate on-site repairs as needed; contractor must also maintain and fuel generators during the entire duration of the event. 5) Contractor is responsible for emplacement, maintenance and removal of tents. 6) Contractor will be given approximately thirty-six (36) hours notification of the specified dates and times for set up and removal, and exact locations of the required leased tents, whisper quiet generators, ECU's, power outlets and light sets. 7) The circumference of the tents will be walled with white, opaque side walls. This should present a clean and professional appearance. Extra precautions should be taken to minimize "flapping" in high-wind areas. 8) Quantity of tents required: Up to nine (9) each approximately; per event. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. The following clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items and any addenda to the provision; 52.212-2, Evaluation-Commercial Items; Technical capability is more important than price, 52.212-3, Offeror Representations and Certifications-Commercial Items (Offeror must submit a completed copy with their offer); 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, incorporating the following: 52.204-7, Central Contractor Registration 52.223-11, Ozone-Depleting Substances 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.247-34, F.O.B Destination 52.252-2 Clauses Incorporated by Reference; (FEB 98) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.204-7004 Alt A, ALTERNATE A 252.225-7001, Buy American Act and Balance of Payment Program 252.225-7036, Buy American Act - Free Trade Agreements-Balance of Payment Program 252.232-7003, Electronic Submission of Payment Report 252.247-7023, Transportation of supplies by Sea, with Alt III 252.225-7002, Qualifying Country Sources as Subcontractors Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responses must be received no later than 2:00 P.M., Eastern Standard Time on 08 August 2011. The quote is at the discretion of the offeror. Send all packages to MICC-JBM/HH, Installation Contracting Office, 101 Bloxon Street Suite 213A Bldg. 205, Fort Myer, VA, 22211-1236, Attn: Shirley Thompson or email at shirley.thompson5@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dba9eb563bc92c1e03761bcc798348ba)
 
Place of Performance
Address: MICC - Joint Base Myer-Henderson Hall Bldg 205, Room 213, 204 Lee Avenue Fort Myer VA
Zip Code: 22211-1199
 
Record
SN02523848-W 20110807/110805235132-dba9eb563bc92c1e03761bcc798348ba (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.