6973GH-24-R-00036 Mobile Shelter IDIQ
ID: 6973GH-24-R-00036Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA

NAICS

Other Concrete Product Manufacturing (327390)

PSC

PURCHASE OF OTHER AIRFIELD STRUCTURES (E1BZ)

Set Aside

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

    The Federal Aviation Administration (FAA) is seeking proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the procurement of pre-cast concrete shelters, specifically designed for mobile applications. The contract will cover the manufacture, installation, and delivery of shelters in two sizes (12x20 and 12x36) over a five-year period, with a focus on small business participation as it is a Total Small Business Set-Aside. These shelters are critical for enhancing aviation communications infrastructure, ensuring compliance with safety and environmental regulations, and meeting operational needs. Interested contractors must submit their proposals by September 18, 2024, at 5 PM Central Time, and can direct inquiries to Jason Fox at Jason.A.Fox@faa.gov or by phone at 405-954-4940.

    Point(s) of Contact
    Files
    Title
    Posted
    The document presents a solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract by the Federal Aviation Administration (FAA), specifically for the manufacture, installation, and delivery of pre-cast concrete shelters over five fiscal years. The solicitation emphasizes a **Small Business Set Aside**, detailing various line items, including the manufacturing of 12x20 and 12x36 shelters, field installation, and delivery costs associated with those items. Key requirements include a 120-day delivery time post-order and provision for five years with estimated quantities that may vary. The document also outlines administrative details, such as submission requirements, acknowledgment of amendments, and specific payment guidelines, including electronic invoicing through the Delphi system. Contractual terms include adherence to inspection standards, ensuring compliance with safety and environmental regulations, and providing performance and payment bonds. The structure of the file includes distinct sections: the schedule, representations, and contract clauses, which collectively define the obligations and expectations of the contractor to ensure successful execution of the contract. Overall, this solicitation represents the FAA’s commitment to securing necessary infrastructure through competitive contracting with a focus on small businesses.
    The document outlines the experience information required from contractors bidding for federal government contracts, task orders, or purchase orders. It includes essential data points such as the contractor's name, address, and financial details related to the contract, including its dollar value and status (active or complete). Key responsibilities of the contractor must also be detailed, specifying their role as either the prime contractor or subcontractor. Additionally, the document requires contact information for the project owner or manager, ensuring that all relevant parties are identifiable for communication purposes. The overall purpose of this structure is to gather comprehensive background information on the contractor's capabilities and their previous project experiences, which is essential for evaluating proposals in response to government RFPs and grants.
    The RCAG/RTR IDIQ document outlines specifications for the design, manufacture, delivery, and installation of pre-fabricated precast concrete buildings. It emphasizes adherence to multiple industry standards, including those from the American Concrete Institute (ACI), American Society of Testing and Materials (ASTM), and American Welding Society (AWS). The construction must meet specific structural performance criteria, including load capacities, seismic design requirements, and compliance with local building codes. Key components detailed in the document include the types of materials to be used, fabrication standards, quality assurance procedures, and warranties associated with the concrete systems. The project necessitates precise installation and coordination of mechanical, electrical, and plumbing systems, as well as environmental considerations like insulation and weather-tightness. Overall, this document serves as a comprehensive guideline for contractors responding to government Requests for Proposals (RFPs) related to precast concrete construction projects, ensuring compliance with regulatory requirements and promoting high-quality building practices.
    This document is an amendment to a federal solicitation regarding Request for Proposal (RFP) number 6973GH-24-R-00036 for mobile shelter services. The primary purpose of the amendment is twofold: firstly, to add a PDF titled "RFP 6973GH-24-R-00036 Mobile Shelter IDIQ RFIs," and secondly, to extend the submission deadline for bids from August 21, 2024, to September 5, 2024, at 5 PM Central Time. The amendment emphasizes the need for contractors to acknowledge receipt of this amendment in their bid submissions, outlining the acceptable methods for doing so. All other terms and conditions of the original solicitation remain unchanged. The document is administered by the FAA Aeronautical Center, reinforcing its official federal nature and procedural requirements.
    This document is an amendment to a federal solicitation related to the procurement of a diversified franchise acquisition by the FAA Aeronautical Center. The primary purpose of the amendment is to extend the request for proposals (RFP) submission deadline from September 5, 2024, to September 18, 2024, at 5 PM Central Time. The amendment outlines the procedures for acknowledging receipt, allows for modifications by existing offerors, and specifies that all other terms and conditions of the original solicitation remain unchanged. Additionally, it contains spaces for official signatures from the contracting officer and the contractor, confirming the legality and acceptance of the amendment. This adjustment is vital for ensuring that potential contractors have sufficient time to prepare and submit their proposals, reflecting the government's flexibility in the procurement process.
    The document outlines a series of Requests for Information (RFIs) related to RFP 6973GH-24-R-00036 concerning Mobile Shelter design specifications. Key clarifications include the acceptance of solid structures for roofs and floors instead of specified ribbed materials, allowing standard FRP instead of HDPE for interiors, and the use of smooth architectural finishes in lieu of aggregate exteriors. It affirms insulation options based on manufacturer design and emphasizes that foundation design and geotechnical reports are the responsibility of the shelter manufacturer. Furthermore, it discusses lighting specifications, indicating that alternative LED fixtures may be submitted, provided they comply with federal regulations. The need for standard 5000 psi concrete for flooring is also confirmed. This document serves to fine-tune the project specifications and requirements for potential contractors, enhancing understanding and compliance with the RFP.
    The document outlines several Request for Information (RFI) responses concerning the Mobile Shelter IDIQ project under RFP 6973GH-24-R-00036. Key clarifications include acceptable modifications to shelter specifications, such as the acceptance of solid sloped roofs and flooring that exceeds ribbed requirements, as long as they meet loading standards. Other critical components addressed include lighting requirements complying with federal regulations, insulation details related to foundation design, and the necessity for fiberglass materials in awning construction. Additionally, the response clarifies that the foundation design is the responsibility of the shelter manufacturer with site-specific geotechnical reports. Respondents are confirmed to have a four-year contract period, and they are instructed to provide a detailed work plan outlining their approach, while no stamped drawings are required at the proposal stage. Concerns regarding site variability and freight regulations across states are acknowledged. This document serves as a vital guide for stakeholders involved in the RFP process by outlining specifications and compliance requirements necessary to fulfill the contract obligations effectively.
    The document outlines a federal Request for Proposal (RFP) for the manufacture and delivery of pre-cast concrete shelters in two sizes (12x20 and 12x36) over a three-year period. It specifies various line items (CLINs) corresponding to production and transportation of these shelters, detailing annual quantities and unit prices applicable for manufacturing and delivery. The base year includes initial orders, with further provisions for the subsequent two years focusing on consistent order quantities. Each line item requires a pricing input reflecting both the unit price and delivery costs, the latter noted as cost per mile. The document emphasizes total costs for manufacturing, installation, and delivery of the specified shelters, encapsulating a structured approach to the procurement process aimed at ensuring compliance with specific needs for durable housing solutions.
    The document outlines specifications for a 20-foot communications shelter project managed by the Federal Aviation Administration (FAA). It includes multiple detailed drawings and plans for the design, layout, electrical systems, and HVAC configurations. The shelter must comply with established FAA standards and local regulations, emphasizing prefabricated structures that meet structural codes. Key components include electrical panel layouts, grounding requirements, air conditioning systems, and site-specific foundation plans. The document also delineates responsibilities for utility connection, installation, and coordination with FAA personnel and utility companies during construction. Safety protocols are highlighted, requiring adherence to OSHA guidelines, including personnel protective measures and proper excavation procedures. The project emphasizes efficient operation of the shelter through automated systems for temperature control and regular maintenance checks. As a whole, it reflects the FAA's commitment to enhancing operational capabilities in aviation communications infrastructure while ensuring compliance with technical and safety standards.
    The Federal Aviation Administration (FAA) document outlines the design and engineering specifications for the installation of standard communication shelters, specifically focusing on a 36-foot mirrored communications facility. It provides detailed layout plans, HVAC requirements, electrical designs, and structural standards for pre-fabricated buildings. Essential elements include the necessity for compliance with federal, state, and local codes, particularly in grounding, installation safety measures, and electrical specifications. The document emphasizes collaboration among technical teams to ensure integration of multiple systems, including power distribution, HVAC controls, and telecommunications infrastructure. Additionally, it stresses the logistical aspects of project execution, including utility coordination and safety protocols during construction. This comprehensive design documentation is geared towards facilitating the RFP process for contractors while adhering to FAA regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Alaska Shelters - Tyndall AFB
    Active
    Dept Of Defense
    The Department of Defense, through the 325th Contracting Squadron, is soliciting quotes for the procurement of Alaska Small Shelter Systems and associated components at Tyndall Air Force Base in Florida. The requirement includes 15 small shelter systems, covers, universal liners, guy ropes, and wood crates, all specified to meet the standards outlined in AFH10-222 Volume 2. These shelters are crucial for various operational needs, providing versatile and efficient temporary structures for billeting, work areas, and storage. Interested vendors must submit their quotes, including detailed product specifications and pricing, by September 24, 2024, to the designated contracting officers, A1C Fernando Zamora Amezcua and TSgt Justin Merritt, via the provided email addresses.
    8340--MED RISK HDT Shelters (Quick halt 403 Express & DRASH MX5) Boise VA 531
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of military-grade shelters, specifically the Quick halt 403 Express and DRASH MX5 models, for the Boise VA Medical Center in Idaho. The contract requires the delivery of two shelters, with the larger one measuring between 500 and 550 square feet and the smaller one between 250 and 275 square feet, both designed to meet stringent standards for emergency management, including waterproof materials and specific features such as zip-style doors and HVAC ducting. This procurement is critical for replacing a previously damaged shelter and ensuring the facility is equipped to handle emergency situations effectively. Interested vendors must submit their proposals by September 18, 2024, at 12:00 PM Pacific Time, with a total award amount of $13.5 million, and can direct inquiries to Contract Specialist Lance Lee at Lance.Lee2@va.gov or by phone at 360-816-2780.
    Outdoor Shelter Tent
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals from qualified small businesses for the procurement of outdoor shelter tents as part of a total small business set-aside initiative. The contract will be a firm-fixed-price agreement aimed at delivering decontamination shelter tents that meet specific size, material, and chemical resistance standards, along with necessary accessories. These tents are crucial for military operations, particularly in supporting the Military Sealift Command's logistical needs. Interested vendors must submit their proposals by September 16, 2024, and can direct inquiries to Rebecca Jex at rebecca.j.jex.civ@us.navy.mil or Eileen Trezise at eileen.d.trezise.civ@us.navy.mil.
    BIL FUNDED - DOOR REPLACEMENT
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for a contract to replace four exterior doors and refurbish seven door frames at the Fort Lauderdale Air Traffic Control Tower (ATCT) in Florida. The project requires the contractor to provide all necessary labor, tools, equipment, materials, and supervision, adhering to the specified Statement of Work and safety protocols, including OSHA guidelines. This initiative is part of the Bipartisan Infrastructure Law (BIL) funding and is set aside for Small Disadvantaged Businesses, with a contract value anticipated to be between $10,000 and $250,000. Interested offerors must submit their proposals by September 23, 2024, at 4:00 PM CDT, and are encouraged to attend a site visit on September 18, 2024, to better understand the project requirements. For further inquiries, contact Wayne Mottley at wayne.mottley@faa.gov or 817-222-5537.
    Concrete Walkway
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors for the construction of a new concrete walkway, approximately 300 linear feet, at the ASTI MEB building in Anchorage, Alaska. The project requires adherence to the provided Statement of Work (SOW) and compliance with federal regulations, including safety and environmental standards, with a budget estimated between $25,000 and $50,000, exclusively set aside for small businesses. This initiative is crucial for enhancing infrastructure at the FAA Aeronautical Center, ensuring safety and functionality in air traffic operations. Interested contractors must submit proposals via email by October 7, 2024, and are encouraged to RSVP for a site visit scheduled for September 17, 2024, by contacting Haylee Hildebrand at haylee.p.hildebrand@faa.gov.
    J&A Notice
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, has issued a Combined Synopsis/Solicitation notice for the procurement of a temporary warehouse shelter. This shelter is typically used for the purchase of other warehouse buildings. The procurement will take place in JBLM, WA, with a place of performance at R0191 I Street. The shelter is required to be 60'L x 60'L x 20'H and made of vinyl, with a supporting structure. Other items needed include an end wall, concrete ecology blocks for the foundation, trim to seal the fabric to the building base rail, and installation services. The solicitation is a Small Business Set-Aside, and interested sellers must submit their bids through the online exchange at https://marketplace.unisonglobal.com. The pricing portion of the bid will be valid for 45 days after the auction closing. The solicitation will end on November 27, 2023, at 11:00:00.0 Eastern Time. The shelter will be delivered FOB Destination to JBLM, WA 98433.
    CAMSS Shelters - Tyndall AFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the acquisition of two CAMSS Medium Shelter Systems at Tyndall Air Force Base in Florida. The procurement, identified under solicitation FA481924QA085, requires the delivery of prefabricated metal building components that are essential for various operational environments, particularly in maintenance, storage, and kitchen areas. These medium shelter systems are designed for rapid assembly and provide enhanced protection against environmental factors, making them a critical asset for military operations. Interested vendors must submit their quotes, including past performance information and compliance documentation, by 1:00 PM CST on 24 September 2024, to the designated contacts, A1C Fernando Yahir Zamora Amezcua and TSgt Justin Merritt, via the provided email addresses.
    MUNS Mobility Tents
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of three mobility tents to support the 3 MUNS Combat Plans and Training at Joint Base Elmendorf-Richardson (JBER), Alaska. The required tents must be rapidly deployable, all-weather shelter systems capable of accommodating sensitive equipment and facilitating maintenance activities in austere environments. These shelters are critical for ensuring operational readiness during Agile Combat Employment (ACE) operations, with specifications emphasizing quick setup, portability, and resilience against diverse weather conditions. Interested vendors must submit their quotes by September 18, 2024, and can direct inquiries to William Gentry at william.gentry.8@us.af.mil or Beau Burton at beau.burton@us.af.mil. This procurement is set aside for small businesses under NAICS code 332311, with a size standard of 750 employees.
    NISC Enterprise Support Tasking (NEST)
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the NISC Enterprise Support Tasking (NEST) contract, which is set aside exclusively for Small Disadvantaged Businesses (SDB). This contract aims to provide independent quality assurance, quality control, and operational support for the NIMS/CMIS systems, including software development oversight, system upgrades, and user training, all while ensuring compliance with stringent cybersecurity protocols. The successful contractor will play a critical role in enhancing the efficiency and reliability of the FAA's financial management systems, with a contract duration of five years, including a twelve-month base period and four optional extensions. Interested parties should direct inquiries to the FAA AAQ 410 Contracting Office via email at 9-AWA-AAQ410-Contracting-Team@faa.gov, and must adhere to the proposal submission guidelines outlined in the solicitation documents.
    F-16 Mobility Storage Racks
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of mobility storage racks for F-16 fighter aircraft, under solicitation number FA500424Q0044. The procurement includes one lower pylon (P/N: X20075050) and one upper LAU-129 launcher (P/N: X20075057), with a firm fixed price contract structure and a delivery requirement of 60 calendar days from the date of award. This solicitation is a 100% Small Business Set-Aside, emphasizing the government's commitment to diversity and inclusion in federal contracting. Interested parties must submit their proposals electronically by September 18, 2024, at 10:00 AM AKDT, and direct any questions to the primary contacts, A1C Liam Slater at liam.slater@us.af.mil or SrA Mouhamed Sarr at mouhamed.sarr.sn@us.af.mil, by September 16, 2024, at 10:00 AM AKDT. Please note that funding for this contract is contingent upon the availability of appropriated funds.