Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 11, 2021 SAM #7285
SOLICITATION NOTICE

54 -- 2 (Two) 70�L x 30�W X 18�H Fabric Shelters

Notice Date
11/9/2021 4:06:07 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA5000 673 CONS LGC JBER AK 99506-2501 USA
 
ZIP Code
99506-2501
 
Solicitation Number
AE202200001
 
Response Due
11/10/2021 12:00:00 AM
 
Archive Date
11/25/2021
 
Point of Contact
Christopher Nelson, Phone: 9075523358, Joshua J Jordan, Phone: 9075523073
 
E-Mail Address
Christopher.nelson.70@us.af.mil, joshua.jordan@us.af.mil
(Christopher.nelson.70@us.af.mil, joshua.jordan@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 2: Answering questions that were submitted in writing: Question - In order to confirm that our bid meets the NFPA standards for personal access, I need to confirm maximum expected occupancy in a single 30x70 building. Will the maximum occupancy be 0-49 people or 50 or more people? Answer- 0-49 max occupancy AMENDMENT 1: The purpose of this amendment is to: Change the type of solicitation to a total small business set aside The vendor shall lease two (2) temporary fabric maintenance shelters facilities. This is a lease of shelters from 20 February 2022 to 20 March 2022. This requirement shall include all work, labor, materials, and equipment required to setup the shelters at two (2) separate locations in the vicinity of Fairbanks, Alaska 99703. This requirement shall include flooring, lighting, generators, fuel and maintenance for the generators, fire protection devices and removal of facility at the conclusion of the exercise. Maintenance Shelter Specifications The shelter shall be at a minimum size of 70�L x 30�W x 18�H The shelter shall have at a minimum initial test that verify wind loads over 105 MPH and snow loads of 60 PSF The shelter shall be insulated to a minimum R-19 Automatic bay door with a minimum 14� (height) x 12� (wide) to include a manual backup for operations Automatic bay door shall also be rated for 105 MPH wind loads and insulated with a minimum R-19 Shall have enough lighting to ensure a lumination intensity of 50 candles Shall include the minimum amount of personal access doors to satisfy NFPA standards Shall include the minimum amount of Fire protection and carbon-monoxide alarms to satisfy NFPA standards Flooring: Sufficient enough for maintainers to work on 80,000lbs, 2-axle wheeled vehicles and towed equipment (i.e. flat, firm, dry, not muddy). Ground rods: Sufficient enough for generator and refueling operations. Manufactured per American Welding Standard requirements Framing must meet ASTM A500 standards Power Specifications Environmental Control Unit (ECU): necessary to maintain internal temperature above 50�+ F and the ability to withstand temperatures down to -40� F and a snow depth of 2 ft. Power generation/distribution: 60 Kw generator not to include power required for HVAC as well as four outlets along each long side of the tent (120V); total of 8 outlets. Contractor is responsible to supply fuel for the ECU/generator for the entire duration of the lease (20 February 2022 � 20 March 2020). Additional Specifications Contractor is to complete necessary groundwork and site preparation for installation to ensure site is level for structure installation. This includes but is not limited to removal of snow onsite, level of location, and any additional support required at the erection location. Contractor is required to assemble, inspect/maintain, disassemble and remove the structures over the course of the exercise. Delivery: Maintenance facility should be setup, emplaced and operational NLT 0900 on 20 Feb 2022. Vendor will conduct a joint inspection/inventory with receiving agent prior to delivery and setup to ensure valid locations. Vendor shall provide a delivery POC no later than 72 hours prior to setup all sites Site is accessible by a road system and will require military base access Pick up:� Maintenance facility and associated equipment shall not be picked up NET 0900 and NLT 1700 on the requested pick up date. Government POC shall validate pick up schedule to the Vendor no later than 72 hours prior to pick up. Terms of Exchange or Relocation:� All unserviceable items in the temporary maintenance facility shall be replaced within 24 hours to working order. Vendor shall provide a 24 hour point of contact for all maintenance/repairs/replacement for shelter and associated equipment.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6019a8b5d1fa4fe7a44686b6616eabbb/view)
 
Place of Performance
Address: Fort Wainwright, AK 99703, USA
Zip Code: 99703
Country: USA
 
Record
SN06174223-F 20211111/211110201536 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.