Tent Rental Services for Long Beach, CA
ID: W911SA25QA088Type: 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- MISCELLANEOUS (W099)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide tent rental services in Long Beach, California, for a contract period from May 25 to June 15, 2025. The procurement involves supplying, setting up, maintaining, and dismantling large and medium tent structures to accommodate approximately 600 soldiers during training events, ensuring compliance with safety, quality, and environmental regulations. This contract is crucial for supporting military training operations and enhancing overall readiness, with a total award amount of $12.5 million aimed at small business classifications, including service-disabled veteran-owned and economically disadvantaged women-owned businesses. Interested parties must submit their bids electronically to Breanna Huff by March 28, 2025, and adhere to specified performance and compliance standards outlined in the associated documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for a non-personal services contract in support of the 84th Training Command, focusing on the provision of temporary tent structures at the Port of Long Beach, California, from May 25 to June 15, 2025. Key objectives include supplying, setting up, maintaining, and dismantling tents that ensure safe and functional sleeping quarters for personnel during training events involving approximately 600 soldiers annually. The contractor is responsible for all necessary equipment and services, adhering to quality control measures and strict compliance standards, including a Quality Control Plan (QCP) and Quality Assurance Surveillance Plan (QASP) for performance monitoring. Special emphasis is placed on safety, environmental regulations, and contractor qualifications—including possessing a valid California Business License and meeting personnel safety requirements. Payment will be processed through the Wide Area Workflow system, with various provisions made for corrective actions related to service non-conformance. The structure emphasizes the importance of quality, safety, and timely service delivery to meet U.S. Army standards, aiming to enhance overall readiness in military training operations.
    The document outlines the Contract Requirements Package for Antiterrorism (AT) and Operations Security (OPSEC) reviews, primarily focusing on ensuring safety and security in contractual agreements related to Army operations. It mandates a signed AT/OPSEC cover sheet for all applicable contracts, excluding certain purchases, and requires reviews by organizational Antiterrorism Officers (ATOs) and OPSEC officers. The document includes a structured checklist to ascertain compliance with various training and security provisions, such as AT Level I training for contractors, information assurance training, and access protocols for Defense Department facilities. Furthermore, contractual language related to handling classified information and operational requirements in foreign countries is emphasized, ensuring contractors adhere to the necessary security clearances and policies. The package stresses the importance of training for contractor personnel, outlines requirements for developing operational security plans, and the need for compliance with Army regulations. Overall, this requirements package serves to enhance the safety and security of Army operations by ensuring comprehensive evaluations and adherence to security protocols across all contract engagements.
    The document outlines performance requirements for a contract involving the provision, setup, and maintenance of tent facilities, emphasizing standards for tent structure, size, delivery, repair, and pickup processes. Key objectives include ensuring tents are weather-resistant with specific features such as secure entry points, flooring, lighting, and temperature control, along with adequate fire safety measures. Tents categorized as "Large" and "Medium" must meet specified dimensions. The contractor is tasked with timely delivery and setup, adhering to a specified configuration, with inspections necessary to maintain compliance. The repair protocol mandates response times for maintenance requests, following severe weather events. Lastly, tent pickup is to occur within seven days post-rental, with contingencies for extended stays requiring express government approval. Performance standards and thresholds are defined, highlighting progressive incentives for compliance and potential penalties for non-conformance, aimed at ensuring high-quality service delivery in alignment with federal requirements. This document serves as a detailed guide for contractors participating in government contracts related to temporary infrastructure support.
    The document outlines a Deliverables Schedule related to a federal contract, specifying key obligations such as personnel notifications, invoice submissions, and compliance with the System for Award Management (SAM). Key personnel information must be submitted in written or email format to the Contracting Officer (KO) and Contracting Officer Representative (COR) no later than five business days after the contract award, with updates provided as changes occur. Invoices need to be entered into the Wide Area Workflow (WAWF) and emailed to the COR by the end of the month following service delivery. An annual update in SAM is required by October 31. Additionally, a Service Schedule and Commodity Identification must be emailed to the COR within five days after the performance period. Required insurance documentation is to be submitted within ten days post-award and annually thereafter. This schedule establishes a clear timeline for deliverables and compliance, aimed at ensuring adherence to contract terms and facilitating effective communication with the COR and administrative staff.
    The Wage Determination Log provides essential wage information for government contracting in Long Beach, Los Angeles County, California. It includes a specific Wage Determination number (2015-5613) and indicates the effective date of the wage determination, which is set for December 23, 2025. For comprehensive wage details by location, stakeholders are directed to visit the official SAM.gov website and search using the provided wage determination number. This document serves as a resource for local and federal agencies to ensure compliance with wage regulations during the procurement process, reflecting the government's commitment to fair labor practices in contract awards. Understanding these wage determinations is crucial for entities involved in federal grants and RFPs, as they establish minimum pay standards for workers under government contracts.
    The Women-Owned Small Business (WOSB) contract solicitation W911SA25QA088 aims to procure tent rental services for a specified period at Long Beach, CA. The contract details requirements for providing large and medium tent packages, including labor, transportation, and maintenance as per the Performance Work Statement (PWS). Bids are to be submitted electronically to the designated contracting official, Breanna Huff, by March 28, 2025. The acquisition is set for a total award amount of $12.5 million, targeting service-disabled veteran-owned small businesses, economically disadvantaged women-owned small businesses, and other small business classifications. The contract outlines specific FAR clauses and additional terms related to insurance, past performance assessment, compliance with laws, and reporting requirements. It emphasizes contractor responsibilities in relation to federal regulations and mandates like Service Contract Reporting. The solicitation fosters increased participation from historically underrepresented business entities, aligning with federal initiatives to boost small business engagement in government contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Long Beach, CA Sanitation Port Operations
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide sanitation port operations services in Long Beach, California, under a total small business set-aside contract. The procurement involves the rental of portable latrines, handwash stations, shower trailers, and laundry trailers for military training events scheduled from May 25 to June 15, 2025, with a total estimated contract value of $9,000,000. These services are critical for maintaining public health standards and operational readiness during military exercises, ensuring that personnel have access to essential sanitation facilities. Interested contractors should contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil for further details and must adhere to the outlined requirements, including compliance with federal regulations and submission deadlines.
    Modular General Purpose Tent System MGPTS & Components
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is preparing to issue a Request for Proposal (RFP) for the procurement of Modular General Purpose Tent Systems (MGPTS) and associated components. This procurement involves a firm fixed price, indefinite delivery, indefinite quantity contract spanning three years, with a focus on acquiring 22 different tent items, including various sizes of MGPTS and related components, with quantities expected to range from 384 to 2,883 units. The contract emphasizes compliance with the Berry Amendment, ensuring that clothing and textile items are sourced from U.S. production, reflecting the government's commitment to quality and domestic sourcing for military supplies. Interested parties should note that the RFP will be available on March 27, 2025, and can contact Maria Sesso-Punzo at maria.sesso-punzo@dla.mil or Fanny Cardona at Fanny.Cardona@DLA.mil for further details.
    2025 JBLE Air Show-Tents, Tables & Chairs
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide tents, tables, and chairs for the 2025 JBLE Air Show at Langley Air Force Base in Virginia. The procurement includes the rental and management of event equipment, with responsibilities encompassing delivery, setup, teardown, and removal, all while adhering to safety regulations and compliance with federal, state, and local laws. This opportunity is crucial for ensuring a successful airshow event scheduled from April 25-27, 2025, with setup beginning on April 23 and removal concluding by April 28. Interested parties must submit their proposals by the specified deadline, and for further inquiries, they can contact Nathan Kemmerer at nathan.kemmerer@us.af.mil or 757-225-0227.
    Great Texas Freedom Fest- Tents, Chairs, Tables, and Lighting/Generators
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the rental, delivery, and setup of tents, chairs, tables, and lighting/generators for the Great Texas Freedom Fest, scheduled for April 12, 2025, at Fort Cavazos, Texas. The procurement requires the provision of 620 chairs, nine tents of various sizes, and 146 tables, with a focus on logistical operations, safety compliance, and effective communication for event support. This opportunity is set aside for small businesses under NAICS code 532289, with a size standard of $12,500,000, and interested vendors must submit their quotations by March 11, 2025. For further inquiries, potential contractors can contact William Waters at william.waters.7@us.af.mil or Noah Emerson at noah.emerson.1@us.af.mil.
    Venue Manager
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a qualified contractor to serve as a Venue Manager for the Michigan National Guard (MING) over a four-month period, starting April 1, 2025. The contractor will be responsible for managing exercise venues, planning, and executing domestic operations and defense exercises, which includes developing resources, engaging local emergency authorities, and ensuring operational readiness through the Joint Event Life Cycle (JELC). This procurement is particularly significant as it supports the coordination of military and civilian exercises, enhancing national disaster response capabilities. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals by March 13, 2025, and can direct inquiries to Kelli Kelley at kelli.m.kelley3.civ@army.mil or by phone at 517-481-7852.
    Portable Latrines and Hand Wash Stations
    Buyer not available
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Gregg-Adams, is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the rental and maintenance of portable latrines and handwashing stations. The contract requires the provision of 199 standard porta potties, 75 handwashing stations, and 3 ADA-compliant units, with services to be performed in compliance with federal specifications and a robust Quality Control Plan. This procurement is crucial for maintaining sanitation standards at military installations, ensuring public health compliance during various events and activities. Proposals are due by March 12, 2025, and interested parties can contact Heather Jarratt at heather.b.jarratt.civ@army.mil or 520-687-7250 for further information.
    Decontamination Tents
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide a Brand Name or Equal ZUMRO Model 166 Decontamination Tent System under the RFQ number FA500425Q0017. The procurement requires compliance with specific features, including an LED light system and an anchor bladder set, and is aimed at enhancing operational readiness in decontamination scenarios. This solicitation is crucial for ensuring that the Air Force has the necessary temporary shelter capabilities, particularly at Eielson AFB in Alaska. Interested vendors must submit their quotes via email to SSgt Robert Leto by March 11, 2025, at 1:00 PM AKST, and ensure they are registered in the System for Award Management (SAM) to be eligible for contract award consideration.
    8BDE JCLC South Gate High School
    Buyer not available
    The Department of Defense, specifically the Army, is soliciting proposals for a firm fixed-price contract to provide logistical support for the Junior Reserve Officer Training Corps (JROTC) Cadet Leadership Challenge (JCLC) at South Gate High School in California, scheduled for March 28-30, 2025. The contractor will be responsible for delivering meals, lodging, and training activities for 144 cadets and 24 instructors, ensuring compliance with USDA dietary standards and maintaining safe and habitable accommodations. This initiative aims to enhance leadership skills and foster citizenship among youth, reflecting the government's commitment to educational programs. Interested contractors must submit their quotes electronically, including a valid Unique Entity Identifier (UEI) and active registration in the System for Award Management (SAM), with further inquiries directed to Candice M. Hodges at Candice.M.Hodges.civ@army.mil or Samuel M. Henderson at Samuel.M.Henderson1.civ@army.mil.
    VAARNG FY25 Family Program Volunteer Workshop
    Buyer not available
    The Department of Defense, specifically the Virginia Army National Guard (VaARNG), is seeking a contractor to organize a Volunteer Recognition Workshop and Youth Symposium scheduled for May 2-4, 2025, in Richmond, Virginia. The contractor will be responsible for providing comprehensive services, including lodging for 25 staff members, catering for approximately 100 adults and 15 children, event space, audio/visual support, parking management, and childcare, all while adhering to federal regulations and quality assurance standards. This procurement is part of the government's commitment to support small businesses, particularly those owned by women and economically disadvantaged individuals, with a total contract value capped at $40 million. Interested vendors must submit their bids by March 20, 2025, and can contact Matthew Guyer at matthew.c.guyer.civ@army.mil or Rebecca Fowler at rebecca.l.fowler6.civ@army.mil for further information.
    PRNG - Multi-Events Conference Package
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified contractors to provide a Multi-Events Conference Package for the Puerto Rico Army National Guard's Soldier and Family Readiness Program. The procurement involves comprehensive services for two events scheduled for April and May 2025, each accommodating 25 participants, including venue arrangements, catering, lodging, and parking, all within a 30 to 80-mile radius of Fort Buchanan, Puerto Rico. This initiative aims to equip volunteers with essential skills to support military families, reflecting the government's commitment to enhancing community support and readiness programs. Interested parties should contact Maria del Mar Ruiz at ng.prarng.purchasing-and-contracting.mbx@army.mil or Carlos Rivera at carlos.m.riveramcdermott.mil@army.mil for further details, with a total contract value of $40 million and a focus on small business participation, particularly women-owned businesses.