Similar Projects
Pest Control Services
Alteration
Bidding
Washington, DC 20001

On-Call Facility Maintenance and Repair Services
Post-Bid
Washington, DC 20009

Portable Toilets, Showers & Wash Stations
Term Contract
Post-Bid

FAA Washington District Consolidated Services
Results
Washington, DC - Andrews Air Force Base, Baltimore, Hagerstown, MD - Chantilly, Leesburg, The Plains, VA - Martinsburg, WV 20176

PI59 Hygiene Services (Shower Trailers, Portable Toilets, Dumpsters)
Term Contract
Results
Washington, DC

Pest Control Services for Six (6) Schools
Term Contract
Post-Bid
Washington, DC 20001

S207--Integrated Pest Management Services
Term Contract
Results
Washington, DC

Facility Management Services - Richard Wright Public Charter School
Post-Bid
Washington, DC 20001

Facility Management Services
Post-Bid
Washington, DC 20017

Building Management Services
Post-Bid
Washington, DC 20001

F20150-Eles Wellway/Hoistway Cleaning
Post-Bid
Washington, DC 20001

Regional Pest Control Services
Term Contract
Post-Bid
Washington, DC - Bethesda, Indian Head, MD - Arlington, Dahlgren, VA 20374

S207--Pest Control Services
Post-Bid
Camp Springs, Damascus, Gaithersburg, Landover, Lexington Park, MD

Integrated Pest Management
Term Contract
Post-Bid
Less than $1,500,000 est. value
Washington, DC

Geese Management Services
Post-Bid
Washington, DC 20395

Reported 06/19/2021 12:00 AM
Project Title

Medical Aid Station and Warming Tents

Physical Address View project details and contacts
City, State (County) Washington, DC   (District of Columbia County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids.
Project Status Accepting Letters of Interest
Bids Due View project details and contacts
Estimated Value
Plans Available from Federal Agency
Owner View project details and contacts
Architect View project details and contacts
Description

The Commander, Joint Forces Headquarters, National Capital Region, Military District of Washington (JFHQ-NCR/MDW) is responsible for Presidential State Funerals, Inaugurations, and other events across the National Capital Region (NCR). The command frequently uses tents as medical aid stations, holding areas and troop warming/cooling stations. This Blanket Purchase Agreement (BPA) is to be used to provide tents, with associated items, for State Funerals, Presidential Inauguration, and other events conducted within the NCR as requested by the Contracting Officer or their authorized representative. Contractor personnel performing work under this BPA shall sign a confidentiality agreement with Joint Force Headquarters-National Capital Region (JFHQ-NCR) and may be required to pass a background check conducted by US Secret Service (USSS). These measures must be met at the time of the proposal submission and must be maintained for the life of the BPA. All tents provided under this BPA will be free standing (i.e. erected and supported without stakes). Tents should be white, and if available at no additional cost, red striped roofs are preferred for medical tents when requested by the COR or KO. Opaque side walls are required. Tents will have adequate lighting, power generation and heating/cooling to sustain these tents operationally for up to 24 hours. Tents will be needed for up to seven (7) days per event. The Contractor will provide all labor, transportation, equipment, generators, lights, and components required to install and remove these tents. Contractor shall be responsible for delivery, installation, operational testing, maintenance, clean-up and removal of all equipment and components needed to operate tents. Power connected to tents shall be provided by the contractor and in accordance with National Electric Code (NEC). The Contractor shall provide at least eight (8) 20-foot by 20-foot (20’x20’) tents, at least one (1) 20-foot by 10-foot (20’x10’) tent, at least three (3) 30-foot by 40-foot (30’x40’) tents, at least three (3) 20-foot by 50-foot (20’x50’) tents, and at least three (3) 15-foot by 30-foot (15’x30’) tents. The Contractor shall refuel the generators and heaters/coolers with diesel fuel when requested by the KO or COR for additional fuel. All provided tents shall have the following: Exterior wall color shall be white. Red and white striped roof is preferred if available at no additional cost at the request of COR or KO, otherwise white exterior roof is acceptable. Interior wall color shall be white. Tents shall have four (4) doors and two (2) windows. Tents will be AirBeam / AirFrame Soft Shelter tents or equivalent, to allow for their being erected on asphalt/concrete surfaces - tent stakes cannot be used. Interior lighting sets providing enough lighting to conduct emergency medical procedures. Environmental Conditioning Units (ECUs), providing heating or cooling to tent depending on season as requested by the Contracting Officer or COR. Temperature control shall be capable of maintaining temperatures at or below 75 degrees and greater than 65 degrees Fahrenheit. Heating and cooling units are to be powered by diesel fuel or via electricity powered by the generator. Three (3) 2-foot by 6-foot (2’x 6’) tables. Six (6) chairs. One (1) fire extinguisher. Silent diesel generator. Contractor is responsible for connecting generators to the tents and testing the system. Generator specifications: Contractor shall be responsible for delivery, installation, operational testing, training, maintenance, supply of fuel (full tank at start of rental), and removal of all generator equipment and material to and from sites. All equipment, cables, distribution boxes, and other miscellaneous equipment needed to operate generators and connect power to tents must be provided by the contractor and in accordance with the National Electric Code (NEC). Each tent will have six (6) power outlets (three prongs GCFI preferred). Power distribution system and outlets must have capability of handling high amperage (between 15 to 20 amps) medical devices operating simultaneously on multiple outlets. Power distribution system will also be used to power lighting and heating/cooling unit as needed. All generators will be “whisper quiet” type and provide continuous power. During Presidential Inauguration, generator noise along parade route will not exceed limits used for movie production support. Contractor will ensure generators are fueled (top off) prior to the event start time. The generators must be able to operate continuously for 18 hours without refueling as needed. Provisions are to be made for cleanup response and to prevent fuel spillage to protect areas where generators are located. Catch trays or similar system are required under the generators to prevent fluids from contaminating surrounding area. Contractor will provide materials to cover spare fuel tanks and chains and locks to secure spare fuel tanks. All tents and associated equipment shall be available for simultaneous use. Unlike the Inauguration, State Funerals are conducted with very little advance notice. The dates are unknown until actual demise of a sitting or former President. The contractor will be given 36 hours notice to set up tents and associated equipment. Set up of these tents may occur on weekends and/or nighttime hours.

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Reinforcing, Cast-in-Place Concrete.
Division 05 - Metals, Structural Metal Framing, Metal Decking.
Division 11 - Equipment.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Facility Fuel Piping, Facility Fuel-Storage Tanks.
Division 26 - Electrical.
Division 31 - Earthwork, Clearing and Grubbing, Grading.
Division 32 - Exterior Improvements, Fences and Gates.
Division 33 - Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents