Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2008 FBO #2571
SOLICITATION NOTICE

W -- Tent and Generator Lease

Notice Date
12/8/2008
 
Notice Type
Presolicitation
 
NAICS
532299 — All Other Consumer Goods Rental
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Air Ground Combat Center 29 Palms - RCO, M67399 MARINE CORPS AIR GROUND COMBAT CENTER 29 PALMS-RCO Twentynine Palms, CA
 
ZIP Code
00000
 
Solicitation Number
M6739909Q0004
 
Response Due
12/22/2008
 
Archive Date
1/6/2009
 
Point of Contact
Ernesto T. Pangan 760-830-5125
 
Small Business Set-Aside
Total Small Business
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 2. The solicitation is being issued as a request for quotation (RFQ). RFQ # M67399-09-Q-0004 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18. 4. This is a restricted purchase set-aside for 100% Small Business Concerns. The North American Industry Classification System Code (NAICS) is 532299. The Standard Industrial Classification Code (SIC) for this order is 7359. The small business size standard is $7.0 Mil. The Federal Supply Classification (FSC) for this order is 8340. 5. This solicitation is for the rental of tents/canopies, various equipment, and generators. The tents and equipment will be leased from February 01, 2009 to March 31, 2009; the generators will be leased from February 01, 2009 to March 31, 2009. The end-user has requested from the vendor that all equipment be delivered, set-up, taken down and picked-up at the Marine Corps Air Ground Combat, Camp Wilson, Twentynine Palms, CA. Vendor must supply their own equipment and labor. The following describes the suggested size and the quantity of what is needed: (a) CLIN 0001- Tent/Canopy(s) (White/Tan) (1) Tent(s) height must not exceed 39ft; tent will sit on top of a 40 feet by 70 feet concreteslab; must have safety/fire clearance outside tent; tent size required is approximately 20 feet by 50 feet;(2) Tent(s)/canopy(s) and walls must withstand 20 mph sustained wind and 80 mph gust ofwind;(3) Tent(s)/canopy(s) must be tied down to a 40 feet by 70 feet concrete slab;(4) Tent(s)/canopy(s) must meet minimum CFM fire department requirements;(5) Tent & Canopy (s) must have egress & ingress with emergency exit (with battery backup) as depicted with attached tent/canopy layouts.(6) Exit signs and emergency lighting must be provided in accordance with NFPA 101, LifeSafety Code, electrical installation must meet the requirements for temporary electrical installations per NFPA 70. Egress openings shall be provided to accommodate occupancy loads for an assembly occupancy as determined by number and size of tents, and be orientated to accommodate prevailing winds and to allow free use under all weather conditions. (Tent(s) will be placed long axis east to west, prevailing winds are from the west and southwest);(7) Tent fabric must meet the California State Fire Marshal flame resistance requirements and have a label affixed;(8) Fire extinguishers to be provided by vendor (Minimum requirement of fire extinguishers in accordance with Federal and State fire code requirements)(b) *CLIN 0002- Walls (White/Tan Solid)- If walls are made of fabric then tent flaps need to be wide enough to meet Federal and Stateegress codes and requirements. (c) *CLIN 0003- Tent Lighting, High Bay (1) Vendor to recommend the most efficient layout to provide optimum lighting;(2) Vendor will need to provide power cable sufficient to power all units and maintain a 50 feetstandoff from tents to generator (s).(3) Government will provide outside lighting if required.(4) Lighting can be florescent, HID, sodium, standard residential or any combination of lightingand need written specifications submitted for Fire Dept approval;(5) Alternative lighting systems need to have written specification submitted prior to set up for Fire Dept approval;(6) Lighting can be free standing, but needs to be secured to the tent, overhead lighting ispreferred. (d) CLIN 0004- SubFlooring (1) All units will have flooring to cover the entire enclosed area. Overhang is acceptable;(2) Subfloor / decking must meet Federal and State fire spread code and requirements;(3) Subfloor must be raised 4-6 inches of either hard plastic snap together, semi rigid rubber, or a combination (NO ROLL-OUT TYPE MATTING MATERIAL). All flooring will be subject to high traffic and abrasive sand. Subfloor components need to be securely fastened to each other and provide resistance to shifting;(4) Subfloor will not be wood unless vendor can provide written confirmation of fire prevention treatment that meets Federal and State Codes for all components;(5) Subfloor needs to provide minimal trip and wet surface slip hazard;(6) Subfloor must be of fire resistive material.(7) Markers will be placed to identify any utility lines. (e) CLIN 0005 - Generators(1) Generator, 264W/300KVA (02 Each) equivalent or higher for 24-hours per day; 168-hours per week (Note: Generator must be able to power all tent heaters (if electric heaters are provided) and tent lights;(2) Generator (s) will have standard 110v outlets 240v outlets and pigtail tie in;(3) Government will provide diesel fuel for generators;(4) Government will require an additional 15 outlets to hook up cooking equipment. (f) CLIN 0006-Accompany Delivery & Pick-up Charges Applicable-Site Location is truck accessible with majority paved road and the 200 yards of unpaved road. *All materials and equipment must meet Federal and State minimum fire rating requirements, vendors mustprovide specification of all materials (i.e. tent, canopy, walls, subflooring, propane tanks, heaters, and lighting). Installation must be completed no later than January 31, 2009. All equipment must be picked up on April 02, 2009. Vendor is responsible for removing, hauling, and disposing of any debris/trash from site. 6. A site visit will be conducted on December 15, 2008 at 10:00 A.M. (Vendors are encouraged, but not required to attend the site visit); an additional site visit will be conducted after contract award. Vendors must have a current vehicle registration, insurance, and valid driver license to receive a visitors pass at the main gate. All vendors must go to Bldg 1102, Door 22 at 9:30 A.M to meet with a government representative on the day of the visit to be escorted to the site. Questions & Answers will be entertained up to 12:00 P.M. on December 18, 2008. Closing date is at 4:30 P.M. on December 22, 2008. 7. Place of contract delivery will be Marine Corps Air Ground Combat Center (MCAGCC)/Marine Corps Air Ground Task Force Training Command (MCAGTFTC) Twentynine Palms, CA. 8. The recipient of this contract is required to be registered with, understand, and invoice through Wide Area Workflow; and registered in the Central Contractors Registration website. 9. The Following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation provisions and clauses are applicable to this acquisition. All provisions and clauses may be found at the following website: http://farsite.hill.af.mil/ FAR:52.211-6, 52.212-1, 52-212-2, 52.212-3, 52.212-4, 52.212-5, 52.219-6, 52.222-3, 52.222-19,52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.232-33, 52.237-1.DFAR:252.212-7000, 252.212-7001 (Dev), 252.204.7000, 252.204-7004 (Alt A), 252.232.7003 Note: The complete provision at the Federal Acquisition Regulation (FAR) 52.212-3 must accompany bid submittal. 10. The Government intends to award a contract resulting from this solicitation to the responsible or responsive offeror whose proposal conforming to the solicitation will be the most advantageous to the Government, considering lowest price technically acceptable offer. Please submit quotes no later than date and Pacific Standard Time (PST) with all instruction below. *** It is very important that all Contractors follow all instruction provide below, when quotes, bids, or proposals are being submitted *** (1) Please include DUNS #, CAGE CODE #, and TIN #. If you have any questions or concerns please contact 760-830-5125. My fax number is 760-830-6353. (2) Email/Hand Carry Proposals or Quotation are due by 4:30 P.M. pst on December 22, 2008. at The Purchasing and Contracting Office, Marine Corps Air Ground Combat Center (MCAGCC)/Marine Corps Air Ground Task Force Training Command (MCAGTFTC), Bldg 1102, Door 22, P.O. Box 6053, Twentynine Palms, CA 92278-6053, ATTN; Ernesto T. Pangan.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f9e9eaacc283bc23ed38c6018a15aacc&tab=core&_cview=1)
 
Record
SN01715187-W 20081210/081208220058-826e6bead2849e16ab4322896081068b (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.