CARPETING SERVICES B+4 (WEST POINT NY)
ID: W911SD25RA006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-WEST POINTWEST POINT, NY, 10996-1514, USA

NAICS

Other Personal and Household Goods Repair and Maintenance (811490)

PSC

MAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLS (J042)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for carpeting services at the U.S. Army Garrison and United States Military Academy in West Point, NY. The contract involves the removal and replacement of carpeting across multiple facilities, requiring contractors to manage logistics, ensure quality control, and comply with safety regulations, including potential asbestos handling. This procurement is particularly significant as it supports the maintenance and improvement of infrastructure at a key military installation, with an estimated total award amount of $9,000,000. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by February 28, 2025, at 10:00 AM, and can direct inquiries to Sonya D. Van Valkenburg at sonya.d.vanvalkenburg.civ@army.mil.

    Point(s) of Contact
    Sonya D. Van Valkenburg
    (845) 938-8183
    sonya.d.vanvalkenburg.civ@army.mil
    Files
    Title
    Posted
    The document is a Past Performance Questionnaire for contractors responding to a federal solicitation (W911SD-25-R-A006). It seeks information to evaluate contractor performance on previous contracts, focusing on the quality of services provided and management effectiveness. The questionnaire collects detailed data, including contractor identification, contractual costs, customer agency information, evaluator details, and a performance evaluation section using a satisfaction scale ranging from Satisfactory to Unsatisfactory. Key performance areas include technical performance, program management, transition processes, and employee retention. Additionally, the document requests specific previous contract information, such as contract numbers, costs, delivery schedules, and contact information for relevant officials. The intent is to establish the relevance of past contracts to the current solicitation request, as well as to encourage contractors to discuss any performance issues encountered and their resolutions. This data is critical for assessing contractor capability and reliability in fulfilling government contracts, aligning with the standards outlined in federal RFP processes.
    The document outlines a Performance Work Statement for a contract to remove and replace carpeting at the U.S. Army Garrison and United States Military Academy in West Point, NY. It details the responsibilities of the contractor, including providing management, materials, and ensuring quality control, all while adhering to government standards and regulations. The work shall occur weekdays from 7:30 AM to 4:30 PM, with potential weekend and holiday requirements. The contractor must appoint a Contract Manager to oversee operations and comply with safety and quality assurance measures, including maintaining records and submitting a Quality Control Plan within fifteen days of the contract award. Specific tasks include removal and disposal of existing flooring, preparation of surfaces, and installation of new materials according to federal regulations. The document emphasizes the importance of maintaining a clean work environment and addressing potential asbestos materials discovered during the project. Overall, this contract aims to improve the infrastructure at West Point while prioritizing safety, quality, and adherence to the mission of the facility.
    The Quality Assurance Surveillance Plan (QASP) for the Carpet Requirements Contract outlines procedures for monitoring contractor performance against established standards. Its primary purpose is to ensure that the contractor meets performance levels detailed in the Performance Work Statement (PWS) while preventing payment for substandard service. The document elaborates on a performance management approach that focuses on outcome assessments rather than mere compliance with processes, promoting contractor innovation and flexibility within defined constraints. Key roles include the Contracting Officer (CO) and the Contracting Officer’s Technical Representative (COTR), who oversee performance monitoring and contract adherence. A variety of methodologies, including random monitoring and customer feedback, are employed to evaluate performance, with specified Acceptable Quality Levels (AQLs) guiding the assessment. The QASP's documentation outlines a structured feedback loop and corrective action protocols in case performance falls short. Overall, the QASP serves as a critical tool for the government to assure quality service delivery while establishing clear expectations for contractor accountability and performance improvement.
    The document pertains to a solicitation for carpet replacement services at various facilities on West Point. It addresses inquiries about the adjustment of line items in a forthcoming amendment and the availability of site visits and floor plans. Currently, site visits are not scheduled; instead, floor plans will be provided only upon receiving specific carpet replacement requests from the Building Commandants through a formal work order (Form 4283). Once requests are submitted, the contractor will be sent the relevant floor plans and arrangements for site visits will be made accordingly. This process outlines the protocol for managing carpet replacement services, ensuring that requests are handled in an organized manner and that contractors have the necessary information to execute their tasks efficiently.
    The document outlines an opportunity for carpet replacement services at West Point, NY, under the solicitation W911SD25RA006. It addresses various queries from contractors regarding the Request for Information (RFI) related to the Project Work Statement (PWS) and provides clarifications. The scope of work includes replacing carpets in multiple facilities, with requests originating from Building Commandants submitted via Work Orders. Key conditions for the work include the contractor’s responsibility for setting up staging areas and dumpsters, ensuring office furniture is properly relocated, and conducting background checks for security clearance at no cost to the contractor. The pricing details involve multiple Contract Line Item Numbers (CLINS), with hourly rates specified only for certain items, while others are measured in square feet. The document emphasizes necessary preparation from office occupants, including emptying furniture and labeling personal items, highlighting a comprehensive overview of operational requirements for contractors involved in the carpet installation project at West Point.
    The document outlines an amendment to solicitation number W911SD25RA006 concerning the contract modification for services at the USAG West Point. The primary update involves changes to the units of measure in various line items, shifting from an "Hours" measurement to "Square Yard" or "Linear Foot" for multiple services. This amendment emphasizes the need for contractors to acknowledge receipt by the specified deadline to ensure their offers are not rejected. The document reiterates that all terms except those amended remain in full force, and it includes a detailed breakdown of the changes affecting over a dozen line items across multiple option line items. Each item details the previous and new unit of measure, ensuring clarity in expectations for service delivery quantities and performance. Thus, the purpose of this amendment is to enhance precision in contract terms and service deliverables, maintaining compliance with federal grant and RFP guidelines.
    The document outlines a solicitation for commercial products and services geared specifically for Women-Owned Small Businesses (WOSB). It provides essential details including requisition and contract numbers, award dates, and contact information for inquiries. The offer due date is set for February 28, 2025, by 10:00 AM, with an estimated total award amount of USD 9,000,000. Additionally, it indicates the acquisition type as unrestricted, defining its classification under the North American Industry Classification System (NAICS) as 811490. The solicitation requires contractors to deliver specified items in compliance with attachment requirements and outlines the need for submissions including pricing and signatures. It is critical for the document to be filled out accurately for processing. The document emphasizes the federal government's commitment to promoting participation from women-owned businesses while ensuring transparency and conformity to regulatory standards. This process aligns with broader federal initiatives to support small businesses, particularly those owned by economically disadvantaged women and other designated groups.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    FA301625Q6048 - Carpet Cleaning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide carpet cleaning services at Joint Base San Antonio-Lackland, covering buildings 2167 and 2169. The contract entails a base year plus four annual options, requiring comprehensive carpet cleaning services including inspection, pre-vacuuming, sanitizing, and steam cleaning, with an emphasis on using eco-friendly products and maintaining high standards of cleanliness due to the presence of high-profile visitors. Interested contractors must submit their quotes by March 21, 2025, at 12:00 PM CDT, and are encouraged to attend a site visit scheduled for March 13, 2025, to better understand the requirements. For further inquiries, potential bidders can contact Colten Paynter or Rhyne Stroupe via their provided email addresses.
    flooring
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide flooring solutions under a Combined Synopsis/Solicitation notice. This procurement is set aside for small businesses and falls under the NAICS code 321918, which pertains to Other Millwork, including Flooring, and the PSC code 7220 for Floor Coverings. The flooring services are essential for maintaining and enhancing the operational capabilities of military facilities. Interested contractors can reach out to Bart Meinert at bart.d.meinert.civ@army.mil or by phone at 913-684-7795, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details.
    Bartlett Hall - USMA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New York District, is seeking vendors for a construction project focused on the Bartlett Hall Courtyard Repair and 4th floor GENE Conversion at the United States Military Academy (USMA) in West Point, New York. The procurement emphasizes the use of brand name components, including a Monaco Fire Alarm System, Best hardware lock cylinders, a Voice DAS, a Niagara LON Works Direct Digital Control System, Shark 200 meters, and Lutron Quantum Lighting Controls, with an invitation for vendors to propose compatible alternatives within a 15-day period. This initiative underscores the Army's commitment to safety, interoperability, and modernization of facilities at West Point, ensuring operational consistency with established standards. Interested parties can reach out to Michael McCue at michael.l.mccue@usace.army.mil for further information.
    Z2AA--Epoxy Floor Repairs
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for epoxy floor repairs at the Central Arkansas VA healthcare facility, with a total budget of $19 million. The project is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 30 days following contract award, emphasizing adherence to infection control risk assessments and VA regulations. Interested bidders must attend a mandatory site visit scheduled for February 18, 2025, and a second visit on February 24, 2025, to familiarize themselves with the project requirements, with the deadline for inquiries set for February 25, 2025. For further details, potential contractors can contact Contracting Officer Felicia Lovelady at Felicia.Lovelady@va.gov.
    Z1DA--NRM-CONST - 620A4-23-219 Old Dental Abatement
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the abatement of asbestos and lead-containing materials in the Old Dental Clinic at the Hudson Valley VA Healthcare System's Castle Point Campus in New York. This project, designated under solicitation number 36C24225Q0342, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves the safe removal of hazardous materials from approximately 3,000 square feet of space, adhering to strict safety and regulatory standards. The initiative underscores the VA's commitment to maintaining a safe healthcare environment while ensuring compliance with federal regulations. Interested contractors must submit their quotes by March 12, 2025, with a mandatory site visit scheduled for March 3, 2025; inquiries can be directed to Contracting Officer Daniel Barone at daniel.barone@va.gov.
    Fire Station Floors
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for flooring installation at Buckley Air Force Base, with a total contract value of $19 million. The project involves the procurement and installation of quartz flooring for the Fire Station and Main Apparatus Bay, covering approximately 6,570 square feet, and requires completion within 120 calendar days from the award date. This flooring is crucial for maintaining safety and functionality in high-traffic emergency service areas, ensuring durability and slip resistance. Interested contractors, particularly those qualifying as small businesses under the SBA guidelines, should contact Anthony Graffeo at anthony.graffeo.1@us.af.mil or 720-847-6524 for further details, with proposals due by March 21, 2025.
    F108--(Service) PN: 636A6-24-107, Demo Lab Equipment & ACM Abatement (DM)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a contract focused on the abatement of asbestos-containing materials at the Des Moines VA Medical Center. The project involves the removal of approximately 900 square feet of vinyl flooring and mastic, along with associated hazardous materials, and is scheduled to take place from March 14, 2025, to July 14, 2025. This procurement is critical for ensuring a safe environment for veterans and staff, adhering to stringent safety and compliance standards throughout the abatement process. Interested contractors must submit their quotes by March 10, 2025, at 3:00 PM Central Time, and can direct inquiries to Contract Specialist John Breyer at john.breyer@va.gov or by phone at 605-336-3230 x7847.
    Y1DA--Replace Flooring, Building 1, 4th Floor
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for a flooring replacement project at the VA New Jersey Healthcare Systems, specifically for Building 1 on the 4th floor. The project involves the demolition of existing flooring and the installation of medical-grade seamless luxury vinyl tiles across approximately 5,200 square feet, with work scheduled during off-hours to minimize disruption to patient services. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated project cost ranging from $250,000 to $500,000, and the solicitation is expected to be available on sam.gov around May 15, 2025. Interested bidders must be registered in sam.gov and certified as SDVOSBs prior to submission, and they can contact Contract Officer Lateisha Robinson at Lateisha.Robinson@va.gov or 917-943-8289 for further information.
    W911SA25QA036 - KS065 GROUNDS 4/1/25 B+4
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for landscaping services under the contract titled W911SA25QA036 - KS065 GROUNDS 4/1/25 B+4. The procurement aims to fulfill grounds maintenance requirements, which are essential for maintaining the aesthetic and functional integrity of military facilities. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the government's commitment to supporting veteran entrepreneurs. Interested parties can reach out to Dorothy Doughty at dorothy.a.doughty.civ@army.mil or call 608-388-0441 for further details regarding the solicitation process.
    DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for roofing services at Fort Belvoir, Virginia. The contract encompasses maintenance, repair, sustainment, and minor construction tasks aimed at ensuring the watertight integrity of various facilities, with an emphasis on compliance with local policies, safety standards, and industry codes. The anticipated project cost ranges between $10 million and $25 million, with a duration of five years, potentially extendable by six months, and the solicitation is expected to be released by November 2024, with awards projected by July 2025. Interested contractors can reach out to Melanie Palmas at melanie.d.palmas.civ@army.mil or Douglas Buffington at Douglas.D.Buffington.civ@Army.mil for further information.