Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2007 FBO #1914
SOLICITATION NOTICE

83 -- Two 9M x 30M full size tent packages for the Rapid Equipping force (REF) training village at Camp Buehring, Kuwait.

Notice Date
2/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
314912 — Canvas and Related Product Mills
 
Contracting Office
USA Central Command - Kuwait, ATTN: ARCENT-KU-DOC, Camp Doha, Kuwait, APO, AE 09889-9900
 
ZIP Code
09889-9900
 
Solicitation Number
W912D1-07-T-0074
 
Response Due
2/22/2007
 
Archive Date
4/23/2007
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK 1. BACKGROUND. Camp Buehring is the largest and the primary base camp in northern Kuwait responsible for Reception Staging and Onward Integration of troops transitioning to Iraq. Since the beginning of the conflict Camp Buehring has been responsible to m aintain environmentally controlled temporary class as specified by ASG Kuwait and CFLCC orders. This temporary classroom structure will be used by the CFLCC training Village for Medical and Call For Fire Training. 2. PURPOSE. The purpose of this contract is to provide standardized temporary classroom structures for service members at the CFLCC Training village located on Camp Buehring, Kuwait. This contract shall be a firm fixed price contract for the purchase of tents. Contract will be awarded based on sole source and best value to the government. The following scope and specifications provide minimum standards for these temporary structures and. 3. SCOPE OF WORK. The contractor, as an independent contractor and not as an agent of the government, shall provide and install at Camp Buehring, Kuwait CFLCC Training Facility two fabric covered metal structures engineered for harsh desert conditions. C ontractor shall provide all necessary labor, equipment, materials, final ground preparation and any other items required for installation of fabric covered metal structure, lockable flooring, HVAC equipment, ducting, lighting, electrical outlets, panel/bre aker boxes distribution panels, and two (2) doors (one at each end). When fully constructed the structure should provide dust free environment and not allow any light to be seen when doors are closed. The tent shall be leak free and repel water without an y additional tarps or rain flies. The vinyl fabric shall be made from the highest grade vinyl, tough polyester scrim and an adhesive especially formulated to resist ultraviolet rays, moisture, cold crack, wicking and mildew. The fabric shall also be resis tant to tearing, ripping and abrasion damage, easy to maintain and with stand winds of a 100kph with up to 160kph gusting. The structure shall be properly anchored at a minimum as listed in the specifications of this document. Contractor shall be responsi ble for obtaining and processing any and all necessary permits, to include dig permits, required by the Camp Command Cell. Contractor shall also be responsible to provide power and maintenance for the tents, associated equipment and power system as an add itional option to this contract. Contractor shall be responsible for completing all personnel badging in accordance with Area Support Group Kuwait installation access and force protection requirements. Materials provided and the finished structure shall a t a minimum meet the specifications listed in this Performance of Work Statement. A government representative may visit production and storage facilities prior to contract award. 3.1. SPECIFICATIONS (Relative to construction and installation). 3.1.2. Dimensions: 3.1.2.1 Length: 30 - 32 meters 3.1.2.2 Width: 9 meters 3.1.2.3 Roof height at peak: 3.5 - 4.2 meters 3.1.2.4 Eave height (place where wall stops and roof begins): shall be no less than 1.9 meters 3.1.3 Frame: 3.1.3.1 The frame at a minimum shall be made of or equivalent to in strength to no lest than 14 gage steel 2.0 O.D. hot rolled tubing. Tubing may be square or round. Alternate materials proposed shall be evaluated by facility engineer. 3.1.3.2 The frame shall be slip joint construction with no pins or bolts and nuts (9m x 32m only). 3.1.3.3. At a minimum one fire extinguisher hook shall be installed on frame work adjacent to each door, two per tent. Hooks, brackets or mounts shall be capable of holding 9kg/20lb fire extinguisher. 3.1.3.4.Fire Extinguisher signs shall be installed identifying the extinguisher location. Signs shall be installed NLT five (5) feet and no higher than seven (7) feet above the floor. Signs may be physically attached to the frame. The primary goal for the signs is to be clearly visible. Any variations to the placement of the signs must be approved by the camp safety officer. 3.1.3.4. Frame shall be securely anchored. There shall be a minimum of 22 dig in type anchors spaced at no more than ten (10) foot intervals. 3.1.3.5. Frame shall be coated with an anti corrosive coating or be hot dipped galvanized. 3.1.4. Doors: 3.1.4.1. Quantity: 2 for each tent installed centered at each end. 3.1.4.2. Height: No Less Than 2 meters 3.1.4.3. Width: No Less Than 1 meter 3.1.4.4. Doors shall be standard entry aluminum construction and open out or away from the tent. 3.1.4.5. Doors shall be lockable with key and have heavy duty handle/opening mechanism. Lock can be part of the handle or a separate mechanism. All keys shall be tagged and clearly marked identifying the tent each belongs. Keys will be turned in to the camp S3 when complete. 3.1.5. Vinyl Covering: 3.1.5.1. Fabric shall be a flexible polyvinyl chloride laminated to polyester or nylon scrim. 3.1.5.2. The fabric shall be made from the highest grade vinyl, tough polyester scrim rated equivalent to or better than Snyder Manufacturing PRV 2218 WEATHERSPAN or Sioen Industries U3521 as produced in the United States and Belgium respectively. 3.1.5.3. The fabric shall have a smooth hi-gloss finish allowing for easy cleaning. 3.1.5.4. Seems shall be heat welded/sealed allowing for one continuous piece of material to cover the 32m length. 3.1.5.5. Fabric shall have a weight of NLT 22oz per square yard and an 18x14 scrim with rip stock. 3.1.5.6. Fabric shall meet or exceed the following values of the FED-STD 191 A textile test methods. 3.15.4.6.1. #5041 FABRIC WEIGHT (oz/sq yd) 21.0-23.0 3.1.5.6.2. #5970 ADHESION (lbs/sq in) 20 3.1.5.6.3. #5134 TEAR RESISTANCE WARP60 FILL50 3.1.5.6.4. #5100 4 TENSILE WARP 300 FILL300 3.1.5.6.5. #5102 1 BEFORE ABRASION TENSILE WARP 200 FILL200 3.1.5.6.6. #5304.1 1 AFTER ABRASION TENSILE WARP 175 FILL 175 3.1.5.6.7. #5512 HYDROSTATIC RESISTANCE (PSI) 425 3.1.5.6.8. #5903 FLAME RESISTANCE SECONDS less than2.0 CHAR LENGHT less than 6.0 3.1.5.7. Fabric shall non permeable, resistant to mildew and fungus and shall not leak due to wicking. 3.1.5.8. Tent roof design shall not allow pooling of water when raining. 3.1.6. LIGHTING, ELECTRICAL OUTLETS AND WIRING: 3.1.6.1. All electrical lighting, outlets, HVAC and associated equipment shall be 220V. 3.1.6.2. Overhead light shall consists of no less than one row of 10 48 40 watt fluorescent bulbs evenly spaced overhead extending along the center the length of the tent. Bulbs shall have a plastic enclosure to prevent injury in the event of broken bulbs . Alternate lighting my be proposed. for review but the lights shall hang no lower than 9 feet from the ground. 3.1.6.3. Exit lighted signs shall be placed on the interior of above each door. 3.1.6.4. Emergency lighting shall be placed on the interior above each door and have auxiliary battery backup that remains on upon a power outage. Exit lights and emergency lighting may be a single unit or individual items. 3.1.6.5. An on/off switches shall be placed at a minimum next to each exit next to the door allowing the lights to be turned on or off at each location. 3.1.6.6. Twenty (20) electrical outlets at a minimum shall be installed in the tent. There shall be no less than 10 outlets evenly spaced along each 30 meter wall of the tent. The outlets shall be placed at a uniform height between 12 and 18 from the gr ound. 3.1.6.7. All electrical wiring and equipment shall meet UL or UE standards. 3.1.6.8. All electrical wiring shall be installed to run along the walls and will not be installed in a manner that will cause the wiring to be under the flooring when complete. Required overhead wiring will not be free hanging and will be attached to the structure, i.e. with plastic ties. 3.1.6.9. Electric al wiring shall not be installed in a manner that would create a trip or other hazard to any personnel. 3.1.6.10 All exterior wiring will be buried to minimum depth of 18. Any exception to this depth requirement must be approved in writing by the Department of Public Works North. 3.1.6.11. A distribution box shall be installed between the powers source, i.e. generator and the tent. No generator shall be wired directly to a tent. 3.1.6.12. Distribution boxes shall have UL or UE approved breakers appropriate for the specified load of electrical equipment and components being supplied with this purchase. 3.1.6.13. Each distribution box shall be clearly marked with vinyl or stenciled letters as to what tents or items being controlled through with that panel. Individual breakers will also be clearly identified on the inside of the box. 3.1.6.13. The minimum height for the electrical panels shall be no less than 18 inches from the bottom of the panel box to the ground. 3.1.6.15. The contractor shall provide and install 500w halogen lights, 1 each end of the tent, outside centered at the top. 3.1.6.16. All electrical wiring, cabling and equipment shall be Kuwait Ministry of Electricity and Water. 3.1.7. HVAC: 3.1.7.1. Contractor shall supply and install Environmental Control Units that will maintain a continuous temperature of 75? F + 2? during summer months and 72? F + 2? during the winter months 3.1.7.2 Pursuant to ASG-KU Engineer Procedural Memorandum No. 2 Heating, Ventilation, and Air Conditioning (HVAC) Systems. HVAC units shall be from one of the following approved manufactures for ASG Kuwait facilities: SKM, Coolex, Carrier and Trane. HVAC units proposed other than those specified shall be approved by the customer and the ASG KU engineer. 3.1.7.3. HVAC units shall meet the following minimum specifications: 3.1.7.3.1. Air-conditioning Units - C/W standard, hermetic compressor, IP-55 protection class F insulation. Condenser fan motors, CU/Al condenser coils. Standard CU/Al evaporator coils, Liquid line accessories such as filter drier & shut off valve, Auto r eset low pressure switch, Internal compressor overload (built-in) , time delay relay for each compressor . 1 thick flat filter section with cleanable media, single skin evaporator section and standard controls. Electro static powder coated casing that pass es the 1000 hour in salt spray testing at 95? F and 95% relative humidity per ASTM B 117-85 complying to gulf climates. 3.1.7.3.2. Heaters shall be electric duct (ECU Mounted) slip in heaters. the number installed shall be sufficient to maintain temperature as listed in 3.1.7.1. Units shall be complete with air flow switch, double stage magnetic contactors for each stage , auto/manual cut out switch, stainless steel finned type tubular element, air flow switch power breaker dust proof control box with silicone type wiring. 3.1.7.4. All required duct work shall be fabricated and installed as per SMACNA standards. 3.1.7.5. Grills and diffusers shall be sized and installed to match HVAC units. 3.1.7.6. Installed thermostats shall be manual not programmable with instructions posted by each. 3.1.7.8. All HVAC units and associated equipment will meet Kuwait Ministry of Electricity and Water standards. 3.1.7.9 Air Emissions 3.1.7.9.1. Contract vendors who perform repair and maintenance services and operations associated with paint spray booths, motor vehicle air conditioning systems, facility heating, ventilation, air conditioning, (HVAC) systems, appliances (refrigerators, f reezers, room or window AC units), drinking water coolers, ice makers, chillers, vending machines and fire suppression applications shall operate in accordance with the current ASG-KU Environmental Handbook, Guidance and Instructions; 3.1.7.9.2. ODS refers to both halons (fire suppression applications), chlorofluorocarbons, (CFCs) and hydrochloroflorocarbons (HCFCs - i.e. refrigerants, solvents, and aerosol propellants). 3.1.7.9.3. The Contractor shall coordinate and manage the following issues with the COR and the ASG-KU Environmental Department - Air Section include: Proof of service technician certification (TCN implies Host Nation certification). Permit application p rocess and permit inspections. Operation and shop inspection process (initial and follow-up). ODS recovery operations and disposal. Record keeping and reporting requirements (material usage and inventories). 3.1.8. FLOORING: 3.1.8.1. Flooring shall be at a minimum double layer plywood on 4x4 supports extending to all sides of the tent with no more than a 6 gap between wall structure and the floor. Alternate type of flooring my be proposed. Flooring proposed as an alternate sh all be equivalent in strength and must be able to have repairs made with 4 hours of notification by the government. Any alternate flooring proposed shall be approved by the customer and facility engineer. 3.1.8.2. Plywood shall be at a minimum 3/4 inch, Grade C as defined by the Canadian Wood Council. 3.1.8.3. A minimum of 2 1/2 inch nails shall be used to secure the wood in place. 3.1.8.4. The second layer of plywood shall be laid perpendicular to first layer with over lapping seems ensure maximum strength and support. 3.1.8.5. The 4x4 support structure shall be spaced at maximum on 16 centers with 4x4 around the outside edges and along the seams. 3.1.8.6. The floor shall be level and there shall be no movement between the plywood joints when walked on. 3.1.8.7. Final leveling of the ground for the floors is the contractors responsibility to ensure a flat level floor with no movement. 3.1.9. ADDITIONAL INSTALLATION REQUIREMENTS: 3.1.9.1. Contractor shall install two layers of sandbags on the outside skirt of the tent. 3.1.9.2. Sandbags will be neatly placed and the top row shall be offset from the bottom row to promote stability. 3.1.9.3. Sandbags shall be burlap or other material that will not rapidly degrade in ultraviolet (UV) light 3.1.9.4. Each tents shall have two battery operated or hard wired electrical smoke detectors located on the overhead beams approximately ? of the way into the tent ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 2 Each 9M X 30M Tent Package FFP Purchase two 9M X 30M full size tent packages for the Rapid Equipping Force (REF) for the training village at Camp Buehring. See attached Statment of Work and Drawings FOB: Destination PURCHASE REQUEST NUMBER: W91XRV70440407 NET AMT INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 01-MAR-2007 2 CAMP BUEHRING BSB NORTH BSB-NORTH KNOTTS, EDWARD CAMP BUEHRING APO 09330 828-1750/972-4212 FOB: Destination
 
Place of Performance
Address: USA Central Command - Kuwait ATTN: ARCENT-KU-DOC, Camp Doha, Kuwait APO AE
Zip Code: 09889-9900
Country: US
 
Record
SN01235215-W 20070222/070220222659 (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.