SOLICITATION NOTICE
W -- Rental of tent(s) and various equipment
- Notice Date
- 12/12/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- M67399 Twentynine Palms, CA
- ZIP Code
- 00000
- Solicitation Number
- M6739908Q0005
- Response Due
- 12/21/2007
- Archive Date
- 1/20/2008
- Point of Contact
- Ernesto T. Pangan 760-830-5125
- E-Mail Address
-
Email your questions to ernesto.pangan@usmc.mil
(ernesto.pangan@usmc.mil)
- Description
- Combined Synopsis/Solicitation (Tent and Various Equipment Rental) 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 # M67399-08-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 5332299. The Standard Industrial Classification Code (SIC) for this order is 7359. The small business size standard is $6.5Mil. The Defense Priorities and Allocation System (DPAS) rating for this order is DO-C9.The Federal Supply Classification (FSC) for this order is 8340. 5. This solicitation is for the rental of tents/canopies and various equipment. The equipment will be leased from December 28, 2007 to January 31, 2008. The end-user has requested from the vendor that all equipment be delivered, set-up, taken down and picked-up at Camp Wilson Site, north of Bldg 5403 (see attached site illustration) aboard Marine Air Ground Task Force Training Command Twenty-nine 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; (2) Tent(s)/canopy(s) and walls must withstand 20 mph sustained wind and 80 mph gust of wind; (3) Tent(s)/canopy(s) must be tied down with a minimum of 4ft metal/steel stakes; (4) Tent(s)/canopy(s) must be able to accommodate 1500 personnel and meet minimum CFM fire department requirements; (5) Maximum square footage per individual tent is 8,000 square foot with a minimum of 10 foot clearance between stakes for egress. Limit fire areas (blocks of tents) to not more than 6 in each group with a minimum 20 foot clearance between stakes to maintain the required fire lane. (6) Tent & Canopy (s) must have egress & ingress with emergency exit as depicted with attached tent/canopy layouts. (7) Exit signs and emergency lighting must be provided in accordance with NFPA 101, Life Safety 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); (8) Tent fabric must meet the California State Fire Marshal's flame resistance requirements and have a label affixed; (9) A single 20x50 tent to set up food serving line is required and separate from other tents/canopies with eating area. (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 State egress codes and requirements. (c) *CLIN 0003- Qty: 1500, White Folding Chairs (1) Chairs can be plastic, metal, or fiberglass or combination of and must meet Federal and State fire code requirements; (2) Chairs must be set-up on installation day and broken down on pick up day by vendor. (d) *CLIN 0004- Qty: 160, Rectangular Table (1) Table must be able to accommodate 10 people; (2) Tables must be set-up on installation day and broken down on pick up day by vendor; (3) Tables can be plastic, metal, or fiberglass or combination of and must meet Federal and State fire code requirements; (e) *CLIN 0005- Tent Lighting, High Bay (1) Vendor to recommend the most efficient layout to provide optimum lighting; (2) Government will provide generator to power any electrical requirements; (3) Gov?t will provide power in the form of portable generator (s) 25kva -300kva. (4) Generator (s) will have standard 110v outlets 240v outlets and pigtail tie in. (5) Gov?t will provide fuel for generators and heating systems, vendors need to submit fuel type requirements if any. (6) Vendor will need to provide power cable sufficient to power all units and maintain a 50? standoff from tents to generator (s). (7) Gov?t will provide outside lighting if required. (8) Lighting can be florescent, HID, sodium, standard residential or any combination of lighting and need written specifications submitted for Fire Dept approval; (9) Alternative lighting systems need to have written spec?s submitted prior to set up for Fire dept approval; (10) Lighting can be free standing, but needs to be secured to the tent, overhead lighting is preferred. (f) *CLIN 0006- Tent Heaters (1) Heating equipment must be UL listed, installed per manufacturers instructions, rated for indoor use and not release carbon monoxide within the structure; (2) Units must maintain ambient temperature of 65-72 degrees for (4) hour blocks of time early morning and early evening for all units; (3) Preferred heating system would have all heating units outside of tents and used forced or blown air system with flexible ducting; (4) Heating system can be electric radiant, propane/ gas radiant, alternative types will need written specifications and description provided prior to set up for Fire Department approval; (5) Heating systems that will be inside units will meet all Federal and State fire safety code requirements, and be used in accordance with manufacture design. All heat systems inside units will be secured to the structure, or free standing with independent anchors; (6) Overhead systems that meet the criteria stated above are acceptable; (7) Heating systems that produce carbon monoxide inside the tents must have air exchange or ventilation systems to meet seating capacity provided. (g) *CLIN 007- 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 can be roll out matting type material, hard plastic snap together, semi rigid rubber, or combination of. 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 does not need to be laid down as pathway between units; (6) Subfloor needs to provide minimal trip and wet surface slip hazard; (7) Subfloor must be of fire resistive material. (8) Site location is sand and rocks (consist of loose sand to a depth of 5? and compact sand below 5?). Government will grade site and install drainage; however, site will not be level; current slope is 6% downward South to North; Markers will be placed to identify any utility lines. (h) CLIN 0008-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 must provide specification of all materials (i.e. tent, canopy, walls, subflooring, chairs, tables, propane tanks, heaters, and lighting). Installation must be completed no later than December 28th. All equipment must be picked up on January 31st. Vendor is responsible for removing, hauling, and disposing of any debris from site. 6. A site visit will be conducted on December 17, 2007 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 visitor?s 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 19, 2007. Closing date is at 10:00 A.M. on December 21, 2007. (***Vendors are encouraged, but not required to attend the site visit) 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/responsive offeror whose proposal conforming to the solicitation will be the most advantageous to the Government, considering lowest price technically acceptable offer. The following factor shall be used to evaluate the proposals. (a) Price? The lowest price technically possible while providing the requested items and meeting the delivery terms. Please submit quotes no later than date and Pacific Standard Time (PST) with all instruction below. *** It is very important that all vendors and contractors follow all instruction provide below, when quotes, bids, or proposals are being submitted *** (1) Please include Best Estimated Delivery Date very important, DUNS #, CAGE CODE #, and TIN #. It is very important that you indicate on your quote, whether you are quoting comparable item or same item being requested. Provide all pictures and specification of requested item or items when quoting. We are seeking F.O.B Destination. If you have any questions or concerns please contact 760-830-5125 or email ernesto.pangan@usmc.mil <mailto:ernesto.pangan@usmc.mil> . My fax number is 760-830-6353. (2) FED EX or LIKE SERVICE/HAND-CARRIED/EMAIL/FAX Proposals or Quotation are due by 1000 (10:00 P.M.) PST on December 21, 2007 at The Regional 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.
- Record
- SN01468824-W 20071214/071212224958 (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 |