Fort Irwin, CA - Tent Rental Service
ID: W911SA25QA114Type: 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 19, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is seeking proposals for a tent rental service at Fort Irwin, California, with a total contract value of $12.5 million. The contractor will be responsible for providing, delivering, setting up, maintaining, and removing medium and large tent packages for military training events, ensuring compliance with safety and labor standards. This procurement is particularly significant as it is set aside for Women-Owned Small Businesses (WOSB), reflecting the government's commitment to diversifying its contracting opportunities. Interested parties should direct inquiries to Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil, with proposals due by April 9, 2025.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 4:05 PM UTC
The Women-Owned Small Business (WOSB) solicitation outlines a contract for commercial products and services, specifically tent rental services for Fort Irwin, California. The contract is intended to engage WOSB and includes provisions for the contractor to manage labor, transportation, and maintenance as specified in the Performance Work Statement (PWS). The total project budget is $12.5 million, with a bid response deadline set for April 9, 2025. Key contract requirements encompass delivery schedules, pricing agreements, and adherence to various Federal Acquisition Regulation (FAR) clauses addressing contract compliance, performance guarantees, and labor standards. The solicitation emphasizes contractor qualifications, requiring response provisions that involve teaming agreements, acceptance timelines, and insurance verification. The document serves as an invitation for proposals, delineating responsibilities and expectations from both the government and contracting entities. With an overarching aim to bolster economic opportunities for women-owned businesses, the solicitation reflects the government’s commitment to diversifying its procurement strategy while ensuring compliance with statutory obligations.
This Performance Work Statement (PWS) outlines a non-personal services contract for the provision of temporary tent structures and associated support services at Fort Irwin/NTC, CA, by the 84th Training Command. The contractor is responsible for all necessary equipment, personnel, and supplies without government-provided assistance. The contract duration spans from May 25 to June 15, 2025, with the aim of maintaining clean and safe tent structures for soldier accommodations during training events. Key responsibilities include the setup, maintenance, and teardown of one medium and one large tent, equipped with essential facilities like power generation, HVAC units for temperature control, and fire safety equipment. The contractor must develop a Quality Control Plan to ensure compliance with performance standards and assist in identifying and resolving non-conformities through established corrective action protocols. Inspections by the government will monitor contractor performance, with clear instructions for rectifying any deficiencies. The contractor must also meet federal training requirements related to anti-terrorism and operations security. All transactional protocols, including invoicing and reporting, will utilize the Wide Area Work Flow system, reinforcing accountability and communication. This contract underscores the government's commitment to providing safe training environments while ensuring compliance with federal guidelines and quality assurance practices.
Apr 1, 2025, 4:05 PM UTC
The document outlines the requirements for the Antiterrorism/Operations Security Review Coversheet used in military contract proposals. Its main purpose is to ensure that all contracts, except supply contracts under a specified threshold, are reviewed for antiterrorism (AT) and operations security (OPSEC) considerations before submission. Each requirements package must be reviewed and signed by an organizational antiterrorism officer (ATO) and an OPSEC officer, detailing their responsibilities under relevant Army regulations. Key provisions in the proposed contracts include training for contractor personnel on AT awareness, information assurance, and compliance with security policies. Additionally, there are requirements for issuing Common Access Cards (CAC), conducting background checks, and developing an OPSEC Standing Operating Procedure. Reviews must confirm that contractors understand their security obligations, with specific timelines for training completion and certification. The document emphasizes compliance with Army and Department of Defense protocols, ensuring that contractor personnel are adequately trained and equipped to operate securely within military environments. This systematic approach is essential to maintain safety and security standards across federal contracts.
The document outlines the Performance Requirements Summary (PRS) for tent package services provided by contractors to the government, specifically detailing the expectations for tent quality, delivery, maintenance, and removal. Key performance objectives include delivering tents with specified size requirements, structural integrity capable of withstanding winds, and essential features such as environmental control systems, adequate lighting, and fire safety measures. The terms stipulate periodic inspections to ensure compliance, with a performance threshold of 95% for acceptable service levels. Contractors must deliver and set up tents by 3 PM the day before usage, conduct repairs within specified timeframes, and remove tents within seven days post-rental unless otherwise approved. An incentive structure linked to the Contractor Performance Assessment Reporting System (CPARS) offers positive narratives for compliance, while disincentives involve corrective actions for non-conformance. This document is crucial for ensuring that contractors meet government standards in tent provision for operational purposes, reflecting a broader commitment to quality in federal and local solicitations.
Apr 1, 2025, 4:05 PM UTC
The document outlines the deliverables schedule for a government contract, specifying requirements for documentation and training certifications. Key deliverables include the California Business License, essential personnel notifications, and various training certificates, which are required to be sent via email with specified deadlines prior to the contract's period of performance. Special attention is given to the timing of submissions for training certificates such as AT Level I, iWatch, and Operations Security Awareness Training. In terms of financial reporting, invoices must be entered into the Wide Area WorkFlow (WAWF) system and emailed to the Contracting Officer's Representative (COR) at the end of the contract period. Additionally, the contractor must maintain a log of services provided and submit an itemized list of equipment used, both due within a week following the performance completion. Lastly, required insurance documentation is mandated to be sent within ten days post-contract award and then annually. The document serves to provide clear expectations for compliance and reporting throughout the duration of the contract, essential for maintaining accountability in government RFPs and grants.
Apr 1, 2025, 4:05 PM UTC
The document is a Wage Determination Log detailing specific wage criteria for the Fort Irwin facility located in San Bernardino County, California. It references Wage Determination Number 2015-5629, with a revision date of December 22, 2024. The log directs users to the official government website, sam.gov, to obtain comprehensive wage determination information by searching for the specified wage determination number. This information is essential for contractors and organizations responding to federal, state, or local Requests for Proposals (RFPs) or grants, as it outlines the required wages for various job classifications based on geographic location. The accuracy of labor costs based on local wage determinations is crucial for competitive bidding and compliance with federal contracting standards.
Apr 1, 2025, 4:05 PM UTC
The document outlines a solicitation for a contract related to tent rental services under the Women-Owned Small Business (WOSB) program, identified by requisition number W911SA25QA114. It details the contractor's responsibilities, including provision, delivery, setup, maintenance, teardown, and retrograde of medium and large tent packages for an event at Fort Irwin, California. The total award amount is set at $12,500,000. Key components of the solicitation include the submission requirements for proposals, incorporation of various Federal Acquisition Regulation (FAR) clauses, and specific evaluation criteria for contractor performance. The document emphasizes the importance of compliance with labor standards and safety protocols, as well as the requirement for contractors to provide necessary insurance and meet legal obligations. Additionally, it provides detailed instructions for offeror representations and certifications, emphasizing that proposals should conform to timelines and document submissions. This solicitation serves as an essential tool for ensuring fair procurement practices aimed at supporting woman-owned enterprises in the federal contracting space.
Apr 1, 2025, 4:05 PM UTC
This document pertains to an amendment of a federal solicitation, detailing the processes for acknowledging receipt of the amendment and modifying existing offers. The solicitation deadline is addressed, with the option for bidders to amend their submitted offers via various communication methods. A critical element of the amendment includes a response to vendor inquiries, specifically regarding lighting requirements in Section 5.3 of the Performance Work Statement (PWS). The amendment clarifies that the lighting should provide 50-75 lumens per square foot, which is a standard for office environments. Overall, the amendment serves to provide essential updates and maintain the current terms of the original solicitation, ensuring clarity and compliance for prospective contractors.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Shower and Laundry Trailers for Edwards Air Force Base, CA
Buyer not available
The Department of Defense, through the Department of the Army, is seeking quotes for the provision of shower and laundry trailers at Edwards Air Force Base in California. The contract, designated as W911SA25QA119, aims to support Army Reserve training events by supplying two shower trailers and one laundry trailer, complete with necessary equipment and maintenance over a three-week period from May 25 to June 15, 2025. This procurement is particularly significant as it emphasizes compliance with federal regulations and encourages participation from Women-Owned Small Businesses (WOSB) and other small business entities. Interested vendors should direct inquiries to Breanna Huff at breanna.d.huff.civ@army.mil, and must adhere to the specified timelines for submission of quotes and required documentation.
83--TENT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of tents under solicitation number NSN 8340016938780. The requirement includes the delivery of one tent to the 1st Battalion, 360th Infantry Regiment and two tents to the 0574 Quartermaster Company, with a delivery timeline of 20 days after order (ADO). These tents are crucial for military operations, providing essential shelter and support in various environments. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil, as hard copies of the solicitation will not be available.
15 passenger vans.
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified contractors for the rental of 15-passenger vans to support military operations at Fort Irwin, California. The contract requires the provision of operational vehicles from April 9 to May 25, 2025, with specific safety features and maintenance obligations outlined in the Statement of Work. These vans will be utilized primarily for transporting soldiers between various locations during military training rotations, emphasizing the importance of reliability and compliance with military safety standards. Interested contractors, particularly those classified as small businesses, must submit their quotes by March 24, 2025, and can direct inquiries to SSG Devin Fuller at devin.fuller2.mil@army.mil or Major Alan Lambert at alan.r.lambert4.mil@army.mil for further details.
Macro Restoration
Buyer not available
The Department of Defense, through the California National Guard, is soliciting proposals for a federal contract titled "Macro Restoration," aimed at procuring restoration services for military equipment, specifically targeting women-owned small businesses. The contract involves the restoration of various military vehicles, including howitzers and tanks, with a total award amount of $9,000,000, and services are required to be delivered by March 31, 2026. This opportunity underscores the government's commitment to supporting small and disadvantaged business entities while adhering to Federal Acquisition Regulation (FAR) guidelines. Interested vendors must submit their proposals by April 17, 2025, and can direct inquiries to Chad Walton at chad.r.walton.civ@army.mil or by phone at 562-538-7475.
83--TENT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of tents, specifically NSN 8340016895996, with a requirement for seven units to be delivered to the 0574 QM CO QM Supply Company within 20 days after order (ADO). This procurement is part of a total small business set-aside initiative, emphasizing the importance of supporting small enterprises in fulfilling military supply needs. The solicitation is available electronically, and all responsible sources are encouraged to submit their quotes, which must be done electronically as hard copies will not be provided. For inquiries, interested parties can contact the buyer via email at DibbsBSM@dla.mil.
Forest Service Wildland Fire Tent System Rentals
Buyer not available
The U.S. Department of Agriculture (USDA), through the Forest Service, is soliciting quotes for the rental of tent systems to support fire suppression and all-hazard incidents across the nation. The procurement aims to establish multiple Incident Blanket Purchase Agreements (I-BPAs) for fully operational tent systems, which must include features such as insulation, climate control, and power generation to accommodate personnel and equipment during emergencies. These tent systems are critical for providing multi-use facilities in various operational scenarios, ensuring readiness for immediate deployment in response to wildfires and other incidents. Interested vendors should contact Kimberly Luft at kimberly.luft@usda.gov or call 720-467-8317, with proposals due by April 25, 2025, and a total estimated contract value of $10 million over a five-year period.
Non-Sewer Portable Latrines and Handwash Stations
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide non-sewer portable latrines and hand wash stations to support training facilities at the National Training Center (NTC) and surrounding areas of Fort Irwin, California. The contract requires the contractor to deliver, set up, service, relocate, and remove the equipment, ensuring that latrines and hand wash stations are maintained in fully serviceable condition at all times, adhering to specified ratios and environmental standards. This procurement is critical for maintaining functional sanitation facilities that meet military training needs, particularly in the challenging desert terrain of the region. Interested parties must submit their capabilities statements by April 24, 2025, to Theresa Rodriguez and Tamaria R. Baker via email, with the requirement that the contractor must be a Service-Disabled Veteran-Owned Small Business (SDVOSB) and capable of performing at least 50% of the work.
Portable Toilets & Washing Stations
Buyer not available
The Department of Defense, specifically the Connecticut Army National Guard (CTARNG), is seeking proposals for the provision of portable toilets, handwashing stations, and wastewater holding tanks to support annual training activities at Fort Drum, New York. The contract requires the delivery, servicing, and removal of 40 portable toilets, 15 handwashing stations, and four wastewater holding tanks, with specific cleaning and maintenance schedules outlined for the duration of the training from May 30 to June 11, 2025. This procurement is critical for ensuring sanitary conditions for approximately 250 soldiers operating in a field environment where traditional sanitation services are unavailable. Interested vendors must submit their quotes by April 16, 2025, at 2:00 p.m. Eastern Time, and can direct inquiries to Leslie Fedler at leslie.a.fedler.civ@army.mil.
Grounds Maintenance Services in Fort Drum, NY
Buyer not available
The Department of Defense, specifically the Army Contracting Command in New Jersey, is seeking proposals for Grounds Maintenance Services at Fort Drum, NY. The procurement aims to establish a firm fixed price purchase order to fulfill landscaping and groundskeeping needs, as detailed in the attached Performance Work Statement and Site Map. This opportunity is set aside exclusively for Economically Disadvantaged Woman-Owned Small Businesses (EDWOSB), highlighting the importance of supporting diverse business participation in federal contracting. Interested parties should note that the estimated start date for the contract is approximately June 25, 2025, and are encouraged to contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil for further inquiries.
83--TENT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of tents, specifically NSN 8340016920013, with a requirement for three units. This solicitation is part of a total small business set-aside and aims to fulfill logistical needs for military operations. The procurement process will be conducted electronically, and all responsible sources are encouraged to submit their quotes by the specified deadline. Interested parties can direct inquiries to the buyer via email at DibbsBSM@dla.mil, and the solicitation details can be accessed through the DLA's electronic platform.