Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 03, 2018 FBO #6158
SOLICITATION NOTICE

E -- NATO International Competitive Bidding (ICB): Provision of Soft Shelters & Associated Equipment and Containerized Facilities

Notice Date
10/1/2018
 
Notice Type
Presolicitation
 
NAICS
424990 — Other Miscellaneous Nondurable Goods Merchant Wholesalers
 
Contracting Office
Department of Commerce, Bureau of Industry & Security, Department of Commerce, 1400 Pennsylvania Avenue, NW, Room 1099D, Washington, District of Columbia, 20230
 
ZIP Code
20230
 
Solicitation Number
IFB-IFR18052-IFR18067
 
Archive Date
10/22/2018
 
Point of Contact
Lee Ann Carpenter, Phone: 202-482-2583
 
E-Mail Address
LeeAnn.Carpenter@bis.doc.gov
(LeeAnn.Carpenter@bis.doc.gov)
 
Small Business Set-Aside
N/A
 
Description
The NATO Support and Procurement Agency (NSPA), on behalf of the Armed Forces of Latvia (LVA), intends to issue an Invitation for Bids (IFB) for the provision of deployable camp equipment to support Readiness Action Plan (RAP) Reception Staging and Onward Movement (RSOM) and RAP Pre-positioning. In order to bid on this project, a U.S. prime contractor must 1) maintain a professionally active facility (office, factory, etc.) in the United States 2) be pre-approved for participation in NATO International Competitive Bidding (ICB) 3) be nominated to the bidders list by the U.S. Government 4) be registered in the NSPA Source File: https://eportal.nspa.nato.int/Registration/OnlineRegistration.aspx?lng=en The Department of Commerce will be using IFB-IFR18052-IFR18067 as its reference for this solicitation. SUMMARY DESCRIPTION A) GENERAL 1. Soft Shelters & Associated Equipment The contractor shall provide tented facilities together with associated Air Conditioning Units (ACU) and Fuel Fired Heaters (FFH), electrical distribution equipment and furniture where specified, as well as material handling equipment (MHE) and camp equipment in accordance with the requirements in the forthcoming Statement of Work (SOW). These facilities will be based on three families of tented shelters: two families of small span frame shelters providing food preparation, sanitation, office, and domestic accommodation facilities (one family of lightweight rapidly deployable and one family of heavyweight with slower erection times) and one family of large span frame shelters providing dining, administration, and warehousing and maintenance/multi-purpose hangar units. The contractor will provide the following equipment: - Sixty five (65) lightweight rapidly deployable 50 m2 usable area tented accommodation units. - Fourteen (14) heavyweight 30 m2 usable area tents as follows: a. 5 x Messing Block (MB) tented food preparation/server tents b. 5 x MB sanitation tents c. 1 x MB office tent d. 2 x Administration Area (AA) office tents e. 1 x AA support tent - One (1) heavyweight 160m2 usable area tented structure for a supply support activity Class I warehouse. - One (1) heavyweight 220m2 usable area tented structure for a Class IV warehouse. - Five (5) heavyweight 300 m2 usable area tented MB dining facilities. - One (1) heavyweight 200 m2 usable area for the AA large tent. - One (1) rough-terrain forklift truck. - 20ft ISO Containers for storing all the equipment outdoors. - Electrical distribution cabling, secondary distribution units and heavy-duty cable protectors for road crossings. 2. Containerized Facilities The contractor shall provide containerized facilities and associated equipment for the purposes of receiving, staging, and subsequent onward movement of military personnel. The containerized facilities shall include: - 1 x Role 1 Medical Treatment Facility. - 1 x Administration Area Toilet Facility. - 5 x Messing Block Kitchen Facilities (MBK) as an option. - 8 x Messing Block 20 foot ISO Food Storage Containers. - 20 x MBFS as an option. - 1 x Military Working Dog Kennel Facility. B) SPECIFIC TERMS AND CONDITIONS The actual quantities to be included in the IFB may vary slightly from those specified above. Also, some project deliverables may be included in the IFB as options to be acquired at later stages of the project implementation process. Partial Bidding will not be accepted. Requests for requirements in option may be included. Requirement for Quality Assurance will be included. The SOW and subsequent contract will be in the English language. Bids and other communication made by the bidders may also be in English. BIDDING PROCEDURE NATO ICB requires that the U.S. Government nominate U.S. prime contractors to the bidders list. Before the U.S. Government can nominate a U.S. prime contractor to the bidders list for this procurement, the U.S. firm must be approved for participation in NATO ICB. U.S. firms are approved for NATO ICB on a facility-by-facility basis. The U.S. NATO ICB application is a one-time application. The application requires supporting documentation in the form of 1) a company resume indicating contracts completed as a prime contractor and 2) an annual report or set of financial documents indicating compilation, review, or audit by an independent CPA. U.S. firms can download a copy of the U.S. NATO ICB application from the following website: http://www.bis.doc.gov/index.php/other-areas/strategic-industries-and-economic-security-sies/nato-related-business-opportunities The application and supporting documentation may be submitted as e-mail attachments. If, when submitting the application, your firm is interested in a specific NATO ICB project, please include the following in the text of your email: - the title and/or reference number of the project - the name/phone/FAX/email of the company employee who should receive the bid documents After approval of your one-time NATO ICB application, the Department of Commerce will then know to follow up by issuing a Declaration of Eligibility (DOE) for that project. A DOE is used to nominate an approved prime contractor to the bidders list for a particular NATO ICB project. IMPORTANT DATES U.S. firms must request a DOE (and, for U.S. firms new to NATO ICB, submit the one-time NATO ICB application) by: 17 October 2018 Bid closing date: TBD Delivery: Not later than 10 months after contract award
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/BIS/comp99/IFB-IFR18052-IFR18067/listing.html)
 
Place of Performance
Address: unspecified, Belgium
 
Record
SN05111808-W 20181003/181001230704-30556b7b94cc4453c088579741a1cbfb (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.