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
    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
    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.
    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.
    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.
    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.
    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.
    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
    Fort Irwin Tank Transfer
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the Fort Irwin Tank Transfer project, which involves essential repairs to fueling systems at three sites within Fort Irwin, California. The project includes repairing the Bulk Storage Facility, upgrading the Bicycle Lake Army Airfield fueling system, and enhancing the Retail Fueling Facility, with tasks such as installing secondary containment liners, constructing new storage tanks, and upgrading Automatic Tank Gauge panels. These repairs are critical for maintaining the operational readiness of fuel storage and distribution systems that support military operations. Interested small businesses are encouraged to contact Samuel Obrist at samuel.v.obrist@usace.army.mil or Minhthu Vu at minhthu.t.vu@usace.army.mil for further details, as this opportunity is set aside for total small business participation under NAICS code 237120.
    Belly Dump Trailers
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of Belly Dump Trailers through a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses under the SBA guidelines, and the trailers will be utilized for various military logistics and transportation needs. The place of performance for this contract is located at 4223 2nd St., Dugway Proving Ground, UT 84022. Interested vendors can reach out to Michelle Ruybal at michelle.g.ruybal.civ@army.mil or by phone at 801-386-4800 for further details regarding the submission process and requirements.
    83--FLY,TENT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of fly tents, specifically NSN 8340001026370, under a total small business set-aside. The solicitation includes five lines, each requiring a quantity of 90 units to be delivered to the DLA Distribution San Joaquin within 166 days after order (ADO). These tents are essential for military operations, providing shelter and protection in various environments. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    75 Ton Rubber Tired Gantry Crane
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals from qualified Women-Owned Small Businesses (WOSB) for the provision of a 75-ton rubber-tired gantry crane, which includes installation, testing, troubleshooting, and training services. This crane is essential for loading and unloading military assets and CONEX containers at the Letterkenny Army Depot in Pennsylvania, and it must meet stringent OEM, local, state, and federal standards while exceeding minimum specifications outlined in the Purchase Description. Interested contractors must adhere to federal acquisition regulations, with a submission deadline set for January 16, 2026, at 1:00 PM EST, and are encouraged to contact Danielle Rhone or Thomas C. Hall for further inquiries regarding the solicitation.
    5th Brigade JROTC Drill Team Championship
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide facility rental services for the 2026 5th Brigade JROTC Drill Team Championship, scheduled for February 6-7, 2026, within a 50-mile radius of San Antonio, Texas. The contractor will be responsible for delivering a venue with approximately 100,000 square feet of unobstructed space, including three large rooms for judges and rehearsals, an elevated stage, and necessary furniture, as well as managing setup, event day operations, and cleanup without charging admission fees. This event is significant as it hosts around 1,000 JROTC cadets and spectators, aiming to determine the brigade champion and qualify teams for national competition. Interested small businesses must submit their responses by December 23, 2025, to the primary contact, Amber Goetz, at amber.m.goetz.civ@army.mil, with a total funding amount anticipated at $34 million.
    Combined Synopsis / Solicitation W912CH-24-R-0214 for One-Sided Expandable Shelter for the Armament Repair Shop Set (ARSS) and Metal Working and Machining Shop Set (MWMSS)
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is issuing a Combined Synopsis/Solicitation for the procurement of One-Sided Expandable Shelters for the Armament Repair Shop Set (ARSS) and Metal Working and Machining Shop Set (MWMSS). This contract is a Firm Fixed Price (FFP) Small Business Set Aside (SBSA) Single Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total duration of ten years, including five ordering years and five one-year option years, requiring a minimum of one and a maximum of nine hundred and forty shelters. These shelters are critical for supporting military operations and maintenance activities, with the first delivery expected 180 days after the award of the first delivery order. Interested vendors must register in the Procurement Integrated Enterprise Environment (PIEE) and submit proposals via the PIEE Solicitation Module, with further details available through the provided training resources. For inquiries, contact Sean Cotten at sean.m.cotten.civ@army.mil or Lynn M. Byrne at lynn.m.byrne.civ@army.mil.
    Base Elizabeth City CG Day Tent Rental
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide tent rental services for the Coast Guard Day event at Base Elizabeth City, North Carolina, scheduled for August 1, 2026. The contractor will be responsible for supplying various tents, including a 40x40 keder tent, a 40x40 pole tent, and additional tents of varying sizes, along with necessary transportation, labor, and equipment for setup and takedown. This procurement is crucial for ensuring the logistical support and infrastructure required for large-scale public events, emphasizing the importance of compliance with specifications and safety standards. Interested vendors must submit their quotes by noon Eastern Time on May 8, 2025, and are encouraged to contact Tami Clark at tami.n.clark@uscg.mil for inquiries, while ensuring they have an active vendor record at SAM.gov and meet the small business size standards prior to the submission deadline.
    10th SFG CWT Winter Course Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Firm-Fixed-Price contract to provide comprehensive logistical and land access support for the 10th Special Forces Group's Winter Warfare Course near Polebridge, Montana. The contractor will be responsible for ensuring access to 60,000 acres for live-fire training and 50,000 acres for maneuvers, as well as providing secure storage for snowmobiles, dedicated lodging for instructors and support personnel, classroom facilities for up to 50 students, and a large area for a training camp. This opportunity is a 100% small business set-aside, with a period of performance from January 7, 2026, to March 25, 2026. Interested parties must submit their proposals by December 23, 2025, at 10:00 AM MDT, and direct any questions to Duane Howell at duane.j.howell.civ@army.mil by December 19, 2025.
    Master Breacher Range Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Master Breacher Range Support contract at Fort Benning, Georgia. This procurement aims to provide materials and labor for the Regimental Master Breacher Course (RMBC), which includes responsibilities such as constructing and cleaning targets, procuring materials, and ensuring compliance with safety and environmental regulations. The contract is significant for enhancing demolition training for the 75th Ranger Regiment and is set aside for small businesses, with a total award amount of $45 million. Proposals are due by December 18, 2025, at 10:00 AM EST, and interested parties should direct inquiries to SSG Dwayne Phelps or Rafael Alamedapabon via the provided email addresses.
    Tiny Home
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking contractors to provide a prebuilt modular Tiny Home, designed for four-season use, at Fort Drum, NY. The project requires a comprehensive construction that includes specific features such as a screened-in porch, modern kitchen appliances, a full bathroom, and a robust fire protection system, all adhering to various safety and building codes. This procurement is crucial for personnel housing and aims to enhance living conditions for military staff. Interested small businesses must contact Carrie Lawton at carrie.l.lawton.civ@army.mil or call 315-772-1065 for further details, as this opportunity is set aside for total small business participation.