Tent Rental Services - Edwards AFB, CA
ID: W911SA25QA115Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT MCCOY (RC)FORT MCCOY, WI, 54656-5142, USA

NAICS

All Other Consumer Goods Rental (532289)

PSC

LEASE OR RENTAL OF EQUIPMENT- TEXTILES, LEATHER, FURS, APPAREL AND SHOE FINDINGS, TENTS AND FLAGS (W083)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 21, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 21, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is seeking proposals for tent rental services at Edwards Air Force Base, California, as part of a total small business set-aside contract. The procurement involves providing temporary tent structures and support services from May 25 to June 15, 2025, to accommodate approximately 6,000 soldiers participating in training events, ensuring safe and clean quarters. The contractor will be responsible for all aspects of the service, including setup, maintenance, and dismantling of large tents, while adhering to strict performance standards and federal regulations. Interested parties must submit their quotes by April 11, 2025, with a total contract value of $12,500,000, and can direct inquiries to Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or by phone at 502-898-1254.

Point(s) of Contact
Files
Title
Posted
The document outlines the Performance Work Statement (PWS) for a non-personal services contract to provide temporary tent structures and support services at Edwards Air Force Base during May 25 to June 15, 2025. The contractor is responsible for delivering all personnel, equipment, and materials necessary to set up, maintain, and dismantle these structures without government assistance. The objective is to ensure safe, clean temporary quarters for personnel participating in training events correlating to Army Reserve directives, with an expected attendance of approximately 6,000 soldiers annually. Key requirements include providing a large tent (approximately 100ft x 120ft), power generation, HVAC systems, adequate lighting, fire safety equipment, and maintaining operational standards to withstand specific weather conditions. The contractor must implement a Quality Control Plan to monitor service quality and respond to corrective action requests as needed. Other administrative aspects include compliance with federal regulations, invoicing through the Wide Area WorkFlow (WAWF), safety laws, and a mandatory anti-terrorism awareness training for personnel. This document serves as a government request for proposals (RFP) focused on ensuring readiness and logistical support for military activities, emphasizing contractor accountability, service quality, and adherence to rigorous specifications.
Mar 21, 2025, 4:08 PM UTC
The document is a Contract Requirements Package for Antiterrorism/Operations Security, detailing procedural requirements for federal contracts associated with the Department of the Army. It mandates that all requirements packages, excluding certain supply contracts, must include a signed coversheet affirming compliance with antiterrorism (AT) and operations security (OPSEC) protocols. The review process requires signatures from an Organizational Antiterrorism Officer (ATO) and an OPSEC Officer, ensuring all contract specifications meet necessary security standards. Key elements of the contract include mandatory AT training for contractor personnel, background checks for access to Army installations, and a formal OPSEC program for contractors. Specific training provisions cover areas such as information assurance, classified information handling, and threat awareness reporting. Contracts are subject to strict compliance with Army regulations, requiring documented training and security measures tailored to the specific operational environment. This rigorous framework demonstrates the Army's commitment to ensuring the security of its operations and personnel, especially in contract scenarios involving sensitive environments or international deployments.
The Performance Requirements Summary (PRS) outlines the obligations of contractors providing tent packages for government use, specifically for deployment at Edwards Air Force Base. The document details essential performance objectives, standards, and thresholds for tent construction, delivery, and maintenance. Key requirements include tents with durable materials, efficient climate control, adequate lighting, safety features, structural integrity against winds, and compliance with size specifications. Contractors are responsible for timely delivery, setup, and equipment maintenance, with a specified timeline for each action. They must respond to maintenance requests swiftly and conduct inspections following severe weather conditions. Performance assessments will utilize a Continuous Performance Assessment Reporting System (CPARS) to document compliance and quality. Non-compliance could lead to corrective actions and potential financial penalties. This RFP illustrates the government's emphasis on quality, safety, and responsiveness regarding support services, ensuring that all equipment meets strict operational standards.
Mar 21, 2025, 4:08 PM UTC
The provided document outlines essential requirements for contractors engaged with a federal agency, focusing on prerequisites for training, documentation, and performance standards. Key points include the necessity for completion of AT Level I Training and submission of a Certificate of Completion to the Contracting Officer Representative (COR) at least 14 days prior to the contract start date or new employee hire. Contractors must also submit a California Business License and inform Key Personnel changes within the same timeframe. Invoices are to be entered into the Wide Area Workflow (WAWF) and submitted to the COR by the end of the performance period, along with a Service Schedule and Commodity Identification, both due five days post-performance. Additionally, evidence of required insurance must be emailed to the COR and the Administrative Contracting Officer (KO) within 10 days post-award and annually thereafter. This document lays out the structured process for compliance, ensuring safety, and operational readiness in line with federal contracting regulations and requirements.
Mar 21, 2025, 4:08 PM UTC
The Wage Determination Log for Fort Irwin, located in Kern County, California, provides essential information regarding wage determinations applicable to federal projects in that area. It includes a specific Wage Determination Number (2015-5603) and informs users to refer to the official government website (sam.gov) for comprehensive wage details relevant to federal contracting. The document indicates a review date of December 22, 2024, but does not include detailed wage rates or job classifications. This summary of wage determinations is crucial for ensuring compliance with federal labor standards during contract executions, especially in federal RFPs and grants where appropriate compensation is mandated for workers. The central focus is on maintaining fair wages in accordance with federal regulations, thereby supporting labor rights and promoting equity in government-related employment practices.
Mar 21, 2025, 4:08 PM UTC
The document outlines a solicitation (W911SA25QA115) for tent rental services at Edwards Air Force Base, CA, designated for women-owned small businesses. It specifies that the contractor must provide all necessary labor, transportation, and equipment for the rental, set-up, maintenance, and dismantling of large tents as per the Performance Work Statement (PWS). The total contract amount is set at $12,500,000, with services to be performed from May 25, 2025, to June 15, 2025. The solicitation incorporates various contractual clauses and notes the requirement for compliance with federal regulations, including the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). Requirements for contractor performance reporting, insurance, and invoicing through the Wide Area Workflow (WAWF) system are included. The document emphasizes that contractors must adhere to federal, state, and local laws and maintain high performance standards to fulfill government objectives. The contractor must submit quotes by April 11, 2025, and may not require a site visit. This solicitation is part of broader efforts by the federal government to engage small businesses in fulfilling government contracts.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
727 AMS - Tent
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking vendors to provide a two-door rapid deployable tent for the 727 Air Mobility Squadron at RAF Mildenhall, United Kingdom. The procurement aims to enhance military readiness by supplying a tent that can be rapidly deployed and set up by a small team within 15 minutes, meeting specific durability and environmental performance standards. This tent will play a crucial role in supporting operational relocations and ensuring effective deployment capabilities for the squadron. Interested vendors must submit their quotes by April 30, 2025, and direct any inquiries to Esther Hamilton or Mrs. Maisa Torquato by April 22, 2025, as outlined in the solicitation documents.
DRAGOON TENTS or EQUAL
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of 13 units of Dragoon Tents or equivalent products for use at Cannon Air Force Base in New Mexico. The tents must meet specific requirements, including a four-seasons configuration, a capacity for eight persons, and dimensions that ensure portability and ease of use, such as packed dimensions of 35” x 35” x 35” or less. This procurement is vital for ensuring the availability of reliable shelter solutions for military operations, and it is set aside exclusively for small businesses under NAICS code 423910. Interested offerors must submit their proposals electronically by May 7, 2025, including a price worksheet, technical capability documentation, and an offeror information document, while adhering to federal procurement standards. For further inquiries, potential bidders can contact Monica Cantabrana at monica.cantabrana@us.af.mil or 575-784-6204.
Explosives Ordnance Disposal (EOD) Pro Range Canopy with Installation
Buyer not available
The Department of Defense, specifically the Air Force Test Center at Edwards Air Force Base, California, is seeking information from potential contractors regarding their capabilities to provide and install an Explosives Ordnance Disposal (EOD) Pro Range Canopy. The procurement aims to secure a canopy along with installation services, which are critical for supporting EOD operations at the base. This initiative is part of the Air Force's commitment to sourcing reliable contractors for necessary infrastructure, with the anticipated contract falling under NAICS code 314910 and being structured as a firm-fixed price. Interested vendors must submit their capability statements by April 30, 2025, to Brian Wu at brian.wu@us.af.mil, with a copy to Rebecca Snyder at rebecca.snyder.1@us.af.mil, ensuring submissions are unclassified and no longer than 10 pages.
Lodging
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for lodging services required by the 10th Human Response Force (HRF) for an event scheduled from August 15-17, 2025. The procurement involves providing 7 single occupancy rooms and 108 double occupancy rooms for a total of 222 soldiers, with accommodations located in the Dupont area, south of Joint Base Lewis-McChord, WA, ensuring separate arrangements for male and female soldiers. This contract is crucial for supporting military operations and maintaining the welfare of personnel during their activities. Interested vendors must submit their quotes electronically by May 6, 2025, to Fredesvin Quintana at fredesvin.quintana.civ@army.mil, and must be registered in SAM with a valid CAGE code and UEI.
Tents and Generators
Buyer not available
The Department of Homeland Security, specifically the U.S. Secret Service, is seeking quotes for the rental of tents and generators through a combined synopsis/solicitation. This procurement aims to secure essential equipment for various events, with a focus on small business participation as indicated by the total small business set-aside designation. The contract will cover a performance period from June 1, 2025, to October 31, 2029, and will be awarded based on the Lowest Price Technically Acceptable criteria, ensuring compliance with specified technical requirements. Interested vendors must attend a mandatory site visit on May 14, 2025, and submit their quotes, including a price sheet and necessary certifications, by May 23, 2025. For further inquiries, potential offerors can contact Keisha Pender at keisha.pender@usss.dhs.gov or by phone at 202-406-9759.
2025 TINKER AIR SHOW TENTS TABLES CHAIRS
Buyer not available
The Department of Defense, specifically the Air Force, is seeking proposals for the rental of tents, tables, and chairs for the Tinker Air Show scheduled from June 23 to June 30, 2025, at Tinker Air Force Base in Oklahoma. The procurement requires local vendors within a 120-mile radius to provide a comprehensive rental package, including setup and breakdown of the equipment, while adhering to strict safety and cleanliness guidelines. This opportunity is critical for ensuring the successful execution of the air show, emphasizing the importance of quality service delivery and local business participation. Interested vendors must submit their proposals via email and ensure they are registered in the System for Award Management (SAM) by the specified deadlines, with all submissions evaluated based on price and technical acceptability criteria.
2025 AAW Bleachers
Buyer not available
The Department of Defense, through the Mission and Installation Contracting Command at Fort Bragg, NC, is seeking quotes for bleacher rental services for the 82nd Airborne Division's All American Week in 2025. The procurement involves providing, setting up, and dismantling 12 sets of bleachers, with operations scheduled from May 16 to May 22, 2025, and is designated as a total small business set-aside under NAICS code 337127. This opportunity is critical for supporting military operational requirements during a significant event, ensuring compliance with federal acquisition regulations and quality standards. Interested vendors must submit their quotes electronically by April 25, 2025, at 12:00 PM EDT, to the designated contracting officers, and are encouraged to address any questions before the cutoff date of April 22, 2025.
Vehicle Rentals (Beale AFB Airshow 2025)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for vehicle rentals to support the 2025 Air & Space Expo at Beale Air Force Base in California. The procurement involves providing a minimum of 68 gas-powered vehicles, including 51 standard cars and 17 minivans or SUVs, with the option for additional vehicles as needed. This contract is crucial for ensuring adequate transportation logistics during the two-day event, scheduled for June 6-8, 2025, with vehicle delivery required by June 5 and pickup by June 9. Interested vendors must submit their proposals by April 24, 2025, and can direct inquiries to Teresa Perez at teresa.perez.9@us.af.mil or Lt. Joshua Sweat at joshua.sweat.2@us.af.mil.
842nd Beaumont TX Lodging Services
Buyer not available
The Department of Defense, through the U.S. Army Contracting Command – Rock Island, is seeking qualified vendors to provide lodging services for the 842nd Battalion in Beaumont, Texas, as part of the Military Surface Deployment and Distribution Command. The procurement is a 100% Small Business Set-Aside (SBSA) and involves a firm fixed-price Blanket Purchase Agreement (BPA) for accommodations, with a base period from May 16, 2025, to May 15, 2026, and four option periods extending through May 2030. This contract is crucial for ensuring adequate lodging for military personnel, with specific requirements outlined in the Performance Work Statement, including quality standards and security measures. Interested vendors must submit their quotes by April 15, 2025, and direct any questions to Linda Humphrey at linda.d.humphrey.civ@army.mil by April 7, 2025.
418th Office Furniture
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the acquisition of office furniture under solicitation number FA930225Q0029. The procurement aims to furnish various office and conference spaces at Edwards Air Force Base, California, with specific requirements including meeting tables, chairs, and desk areas tailored for different room configurations. This initiative not only supports the operational needs of federal employees but also promotes participation from Women-Owned Small Businesses (WOSB) in federal contracting opportunities. Interested vendors must submit their quotes by May 8, 2025, at 11:00 AM PST, and can direct inquiries to the primary contact, Abel Alcantar, at abel.alcantar.1@us.af.mil.