Search Contract Opportunities

Command Post Trailers   2

ID: W91QV1-25-R-0008 • Type: Solicitation

Description

Posted: Dec. 13, 2024, 3:11 p.m. EST

JOINT TASK FORCE NATIONAL CAPITAL REGION

COMMAND POST (CP) TRAILERS

1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, tools, materials, supervision, and non-personal services necessary to perform the installation, operation, and removal of Seventeen (17) Command Post (CP) Trailers for the 2025 Presidential Inauguration as defined in this Performance Work Statement (PWS), except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract.

1.2 Background: Historically the Joint Task Force National Capital Region (JTF-NCR) has developed a PWS for the lease of typical commercial construction-type trailers in support of the Presidential Inauguration within the Washington D.C. area to include a five-mile radius from the city. These trailers will be used to support the JTF-NCR and the Presidential Inauguration ceremonial activities, to include communication exercise(s), Inaugural Rehearsal (R-Day), Inaugural Day (I-Day) Parade and ancillary support activities.

1.2.1 Permits: The contractor is not required to obtain permits for the CP Trailers, as all permitting requirements will be performed by the JTF-NCR end-users, with coordinating assistance from the JTF-NCR J4 Logistics & Engineering Division, Joint Engineer Cell. Lease terms for CP Trailers are typically no more than two to three weeks. Permits are typically submitted in December and approvals received within the first two weeks of January or sooner. However, it is recommended that the contractor also coordinates with the National Park Service (NPS) and other City Agencies to request all necessary permits to properly install the generators and grounding electrodes, if required.

1.2.2 Magnitude: The Presidential Inauguration is a national media event and will require the utmost attention to detail, professionalism and discretion.

1.3 Scope: The contractor shall provide 17 trailers wheeled and shored (12 EA=8'x20', 3 EA=8'x28', 2 EA=10'x40') w/ power generators (if local power is not available) and heating, furniture, fixtures, and equipment to be used as Command Posts for Inaugural events. The contractor shall provide the number of trailers specified at the locations, dates and times listed below for the scheduled operations, training/exercises, rehearsals and Inaugural events. The contractor shall coordinate exact delivery schedule, generator refueling requirements and location/orientation of the trailers with JTF-NCR J4-Joint Engineer Cell and Joint Task Force Teams & Support Battalion personnel at a post award meeting. Although not anticipated, the Government may request additional CP Trailers, within the general Inaugural operation area and within the National Capital Region; however, this would be coordinated through the designated Contracting Officer and executed via a contract modification.

1.4 Period of Performance: The Period of Performance shall commence immediately upon award and end upon removal of the last CP Trailer, which is required by 8:00pm on 22 January 2025. Hours of operation and place of performance is provided in paragraph 1.6.4 below.

1.5 Local, State, and Federal Laws or Regulations: Contractor shall comply with any local, state or federal environmental, safety or license laws or regulations and requirements as required for any commercial operator and suppliers of trailers and ancillary equipment. Contractor and employees shall comport themselves with standard commercial practices for a commercial supplier of trailers and transportation/installation of trailers.

Full description available in the attached PWS.

  1. The purpose of this amendment is to include the following provisions: addendum to 52.212-1 Instructions for Submission of Offers and addendum to 52.212-2 Evaluation -Commercial Items .
  2. Update the PWS with additional requirement.
  3. Provide additional questions & answers from the field.
  4. As a result of this amendment, the due date to submit offers is extended to Friday, 29 November 2024 at 5 pm EST.
  5. All other terms and conditions remain unchanged.
Posted: Nov. 27, 2024, 9:31 a.m. EST
Posted: Nov. 26, 2024, 6:24 p.m. EST
Posted: Nov. 26, 2024, 3:43 p.m. EST
Posted: Nov. 15, 2024, 4:43 p.m. EST
Posted: Nov. 13, 2024, 3:04 p.m. EST
Posted: Nov. 13, 2024, 11:12 a.m. EST
Posted: Nov. 5, 2024, 5:15 p.m. EST
Background
The Joint Task Force – National Capital Region (JTF-NCR) is responsible for supporting the Presidential Inauguration, a significant national media event. The agency has historically developed a Performance Work Statement (PWS) for leasing commercial construction-type trailers to support various ceremonial activities associated with the Inauguration within a five-mile radius of Washington D.C. This includes communication exercises, rehearsals, and the Inaugural Day Parade.

Work Details
The contractor is required to provide 17 Command Post (CP) Trailers with the following specifications:

- 12 units of 8’x20’
- 3 units of 8’x28’
- 2 units of 10’x40’.

Each trailer must be wheeled and shored, equipped with power generators (if local power is unavailable), heating, furniture, fixtures, and equipment suitable for use as Command Posts during Inaugural events. The contractor must coordinate delivery schedules, generator refueling requirements, and trailer orientation with JTF-NCR personnel. The contractor shall also ensure compliance with local, state, and federal regulations regarding environmental safety and licensing. Additional CP Trailers may be requested by the Government within the National Capital Region as needed.

Period of Performance
The contract period will commence immediately upon award and conclude upon the removal of the last CP Trailer by 8:00 PM on January 22, 2025.

Place of Performance
The services will be performed within the National Capital Region, specifically in locations determined by approved permits from D.C. City, National Park Service, Joint Base Anacostia-Bolling (JBAB), and/or Pentagon Washington Headquarters Services.

Overview

Response Deadline
Nov. 29, 2024, 5:00 p.m. EST (original: Nov. 15, 2024, 12:00 a.m. EST) Past Due
Posted
Nov. 5, 2024, 5:15 p.m. EST (updated: Dec. 13, 2024, 3:11 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Washington, DC United States
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Fixed Price
Est. Level of Competition
Average
On 11/5/24 MICC Fort Belvoir issued Solicitation W91QV1-25-R-0008 for Command Post Trailers due 11/29/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 532490 (SBA Size Standard $40 Million) and PSC 2330.
Primary Contact
Name
SFC Franc Ouedraogo   Profile
Phone
None

Secondary Contact

Name
David L. Gecewicz   Profile
Phone
None

Documents

Posted documents for Solicitation W91QV1-25-R-0008

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation W91QV1-25-R-0008

Award Notifications

Agency published notification of awards for Solicitation W91QV1-25-R-0008

Contract Awards

Prime contracts awarded through Solicitation W91QV1-25-R-0008

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W91QV1-25-R-0008

Similar Active Opportunities

Open contract opportunities similar to Solicitation W91QV1-25-R-0008

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > FDO SAM HOUSTON
FPDS Organization Code
2100-W91QV1
Source Organization Code
500045554
Last Updated
Dec. 13, 2024
Last Updated By
franc.h.ouedraogo.mil@army.mil
Archive Date
Dec. 13, 2024