Inspec Triple Chair Lift & Rope Tow
ID: W911SD240042Type: Sources Sought
Overview

Buyer

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

PSC

EQUIPMENT AND MATERIALS TESTING- RECREATIONAL AND ATHLETIC EQUIPMENT (H278)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Dec 13, 2023 1:33 PM
  2. 2
    Updated Dec 13, 2023 1:33 PM
  3. 3
    Due Dec 15, 2023 4:00 PM
Description

Sources Sought DEPT OF DEFENSE is seeking bi-annual inspection services for the Borvig triple chair lift and adjacent Multi-Star handle tow at the Victor Constant Ski Slope in West Point, NY. This requirement is set aside for small businesses and a 5-year Firm-Fixed Price contract is anticipated. Small businesses in NAICS code 541330 with a size standard of $25,500,00 employees are eligible to submit capability packages. The deadline for submission is December 15, 2023. Interested firms should provide their contact information, small business status, previous experience, pricing information, and recommendations for improving the acquisition process. Responses should be sent to Sonya Van Valkenburg at sonya.d.vanvalkenburg.civ@army.mil.

Point(s) of Contact
Sonya D. Van Valkenburg
(845) 938-4761
(845) 938-8183
sonya.d.vanvalkenburg.civ@army.mil
Files
No associated files provided.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Ski Lift Inspection/Certification
Active
Dept Of Defense
Combined Synopsis/Solicitation DEPT OF DEFENSE Ski Lift Inspection/Certification The Department of Defense, specifically the Department of the Army, is seeking a source to provide inspection and certification services for ski lifts on Fort Wainwright, Alaska, and Black Rapids Training Area, Alaska. This procurement is set aside 100% for small businesses. The ski lifts include three on Fort Wainwright and one in the Black Rapids Training Area, approximately 260 miles round trip from Fort Wainwright. The contract will include a base year with four potential option years and will be a Firm Fixed Price contract. The anticipated start date for the base year is August 15, 2024. The services required include all labor, supervision, management, transportation, equipment, supplies, and communication necessary for the inspection and certification of the ski lifts. The Performance Work Statement (Attachment 2) provides further details on the scope of work. The contractor must be registered in the System for Award Management (SAM) database to be eligible for an award. The deadline for submitting quotes is July 29, 2024, at 12:00 PM Alaska Standard Time.
Elevator Maintenance Region A1
Active
Dept Of Defense
The Department of Defense, Army Contracting Command – New Jersey, seeks elevator maintenance services for three facilities in New York State. The goal is to ensure the elevators at these facilities are fully operational and comply with local building codes. This solicitation issues a request for a single firm-fixed-price contract. The contract would have a 12-month base period and four 12-month option periods, making the total potential contract length 60 months. The scope of work involves maintaining elevators at the following locations: 1. NY060 SSG Horace D. Bradt USARC, Schenectady 2. NY116 SGT Catalin D. Dima AFRC, New Windsor 3. NY128 SGT Shawn M. Farrell II, Saugerties The key tasks include regular elevator maintenance, repairs, and ensuring compliance with building codes. The awardee will be required to provide valid insurance and adhere to the Performance Work Statement (PWS) for all services. Eligibility criteria include SAM registration and the necessary certifications and experience for elevator maintenance and repairs. Funding for this contract is subject to the availability of funds, with an estimated value of $750,000 - $1,000,000 for the base period. Bids must be submitted via email to the contacts provided in the solicitation document, with a deadline of 10:00 AM EST on 9 August 2024. The evaluation of bids will be based on the criteria outlined in the FAR Clauses 52.212-1 and 52.212-2, which include price, technical merit, and past performance. For clarification or questions, bidders should contact Ryan Nicklous at ryan.p.nicklous.civ@army.mil or Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil by the question deadline. Site visits are highly recommended and must be scheduled 24 hours in advance. The primary and alternate dates for each location are provided in the solicitation document. This summary provides an overview of the elevator maintenance contract opportunity. For more details, bidders should refer to the full solicitation document and the associated addendum.
Vertical Transportation Equipment at Holloman AFB, NM
Active
Dept Of Defense
Presolicitation notice from the Department of Defense, specifically the Department of the Air Force, is announcing a requirement for Vertical Transportation Equipment (VTE) Maintenance, Repair & Inspection Services at Holloman Air Force Base in Holloman AFB, New Mexico. The contractor will be responsible for providing all management, tools, supplies, equipment, parts, and labor necessary to maintain, repair, and inspect the real property in a manner that ensures continuous and safe operation. The work must adhere to the standards set forth by various organizations such as the American Society of Mechanical Engineers (ASME), National Fire Protection Association (NFPA), and Occupational Safety and Health Administration (OSHA). The estimated period of performance is from October 1, 2024, to September 30, 2029, with a mid-September 2024 expected award date. This acquisition is set aside for eligible total small businesses under NAICS code 238290 with a size standard of $22M. All offerors must be registered in the System for Award Management (SAM.gov). For more information, interested parties should contact the primary and secondary points of contact listed in the announcement. Please note that this is not a solicitation and quotes or bids should not be submitted at this time.
Sources Sought Notice LiveU Warranty and Support Services
Active
Dept Of Defense
The Department of Defense seeks information from small businesses capable of providing LiveU bonded cellular video streaming equipment, data, and extended service coverage support and maintenance for the U.S. Military Academy in West Point, New York. This is a sources sought notice, inviting small businesses to showcase their capabilities and potential solutions. The goal is to procure these services on a small business set-aside basis, if there is sufficient interest and capacity. Businesses are encouraged from across the socioeconomic spectrum, including those in the 8(a) Program, Small Disadvantaged, HUBZone, SDVOSB, and WOSB categories. In response to this notice, businesses should provide: - Firm details, including contact information, DUNS and CAGE codes, small business status, and relevant NAICS codes. - Interest in competing as a prime contractor, and any subcontracting, joint venture, or teaming arrangements. - Evidence of previous experience and certifications. - Information on commercial availability, pricing, and delivery. - Suggestions on how the Army can encourage small business participation and competition. - Any concerns about restrictions on competition and recommendations for improvement. The Army anticipates the NAICS code to be 518210 - Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services, with a $40 million size standard. Businesses must respond by Friday, August 2, 2024, at 4 PM EST, contacting Leslie Duron at leslie.a.duron.civ@army.mil, with the notice ID (W911SD24Q0012) in the email's subject line. This is not a solicitation or a commitment to contract. The Army seeks to gauge the potential for small business participation and does not intend to compensate businesses for their response.
Articulated Boom Type Underbridge Inspection Vehicle and One Person Operating Crew, Various Locations in New England
Active
Dept Of Defense
The U.S. Army Corps of Engineers requires an external contractor to support bridge inspections across multiple sites in New England. The key objective is to rent an articulated boom-type underbridge inspection vehicle equipped with a real-time communication system and a driver. USACE engineers will operate the vehicle's bucket/platform for inspections. The scope of work involves the vehicle's delivery to various bridges in Connecticut, Massachusetts, New Hampshire, and Vermont, as detailed in the solicitation notice. Contractors must adhere to a specified schedule, inspecting fourteen sites during the week of August 22, 2024, with each inspection lasting around three hours. Additionally, contractors will ensure compliance with updated wage determinations for labor rates and benefits as directed by the U.S. Department of Labor. This applies to multiple towns in Connecticut and is a critical component of the work. The Army Engineering District seeks to award the contract based on price to the most suitable vendor. The rental period is seven days, and the vehicle must be able to access tight spaces with a maximum curb-to-curb dimension of 10'–0″. Detailed photographs of each inspected site are required. To be considered, applicants must have an active SAM.gov registration, be small businesses, and submit their quotes by 2:00 PM on July 29, 2024. It's also crucial for applicants to respond to the request for information regarding the feasibility of overnight parking at each project site. The contact for this opportunity is Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or 9783188902.