CARPETING SERVICES B+4 (WEST POINT NY)
ID: W911SD25R0004Type: Sources Sought
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

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Department of Defense, specifically the U.S. Army, is seeking qualified small businesses to provide carpeting services at the United States Military Academy at West Point, NY. The procurement involves the removal and installation of carpeting at various locations, with a focus on ensuring compliance with quality control, safety, and environmental standards. This opportunity is significant as it aims to maintain the aesthetic and functional integrity of military facilities, with a contract structure that includes a base year and four one-year options. Interested parties must respond to the Sources Sought Notice by November 1, 2024, at 1400, 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 outlines performance requirements for contractors of a federal grant or RFP, emphasizing key tasks, performance standards, acceptable quality levels, surveillance methods, and incentives impacting contractor payments. Contractors are required to submit weekly project management reports detailing the status of scheduled, completed, and outstanding tasks for each funded job. Quality control must be maintained for subcontractor management, with an expectation of 100% accuracy in status reporting and 97% compliance with the quality control program. Surveillance methods include file reviews, periodic inspections, random observations, and monitoring customer complaints. Financial penalties are applied for late report submissions, specifically a $100 deduction for each instance of non-compliance concerning report deadlines. This structured approach aims to ensure effective management, accountability, and quality assurance within federally funded projects, highlighting the government's commitment to maintaining high standards in project execution and oversight.
    The file outlines a Performance Work Statement (PWS) for a contract involving the removal and replacement of carpeting for the U.S. Army Garrison at West Point, NY. This non-personal service contract mandates that the Contractor furnish all necessary personnel, materials, management, and equipment while maintaining accountability solely to the Contract Manager. Key tasks include removing existing flooring, preparing surfaces, installing new carpet and vinyl base, and ensuring adherence to quality control, safety, and environmental standards. Work is scheduled from 7:30 AM to 4:30 PM on weekdays, with possible extensions during weekends or holidays. The Contractor must manage their workforce effectively, provide identification for contractor personnel, and ensure the site remains orderly during operations. Additional provisions specify personnel conduct, accident reporting, compliance with safety regulations, and responsiveness to environmental considerations, especially concerning hazardous materials such as asbestos. The contract spans a base year with four one-year options, requiring inspection and approval of completed work by the Government. Defective work must be promptly rectified, conforming to specified durability and aesthetic standards. The document emphasizes the importance of planning, communication, and documentation throughout the project, ultimately aiming for a high standard of quality and compliance with government requirements.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Sources Source Notice_ Cooking Exhaust Maintenance West Point B+4 FY25
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army, is seeking qualified small businesses to provide cooking exhaust maintenance services at the United States Military Academy (USMA) in West Point, New York. The procurement involves comprehensive inspection and cleaning of cooking-related exhaust systems in compliance with NFPA 96 standards, requiring all necessary labor, equipment, and supervision over a base year with four optional renewal periods. This maintenance is crucial for ensuring safety, regulatory compliance, and operational efficiency within military facilities. Interested small businesses must respond to the Sources Sought Notice by October 23, 2024, at 1400, and can direct inquiries to Sonya D. Van Valkenburg at sonya.d.vanvalkenburg.civ@army.mil.
    West Point Military Academy, NY, Multiple Award Task Order Contract (MATOC)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army, is seeking qualified contractors for a Multiple Award Task Order Contract (MATOC) to support maintenance, repair, and minor new construction projects at the West Point Military Academy and the Steward Army Sub Post in New Windsor, NY. The contract will encompass a broad range of services, including design-bid-build projects, aimed at enhancing the facilities managed by the Directorate of Public Works (DPW). This procurement is critical for maintaining the operational readiness and infrastructure of military facilities, ensuring they meet the necessary standards for service members. Interested contractors should note that the proposal submission date has been extended indefinitely, with further details to be provided upon completion of a new sample task order; inquiries can be directed to Danielle Beavers-Rose at danielle.beavers-rose.civ@army.mil or by phone at 757-501-8331.
    SYNOPSIS POST WIDE PAVING CONTRACT at USMA
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command Installation Contracting Office in West Point, NY, is issuing a Special Notice for a Post Wide Paving Contract at the United States Military Academy (USMA). This procurement is exclusively set aside for small businesses under NAICS code 237310, which pertains to Highway, Street, and Bridge Construction, with a size standard of $45 million. The project is crucial for maintaining and improving the infrastructure at West Point, ensuring safe and efficient transportation within the installation. Interested small businesses must be registered in the System for Award Management (SAM) and are advised to check for the solicitation, expected to be released around the week of October 14, 2024, on the SAM website. For further inquiries, potential offerors can contact Ignacio Cordova at ignacio.j.cordova2.civ@army.mil or Marlene G. Barretto at marlene.g.barretto.civ@army.mil.
    56--CARPET REPLACEMENT
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, for the procurement of carpet replacement. The carpet replacement service is typically used to update and maintain the flooring in various facilities. No further details or specifications are provided in the notice.
    SYNOPSIS-POST WIDE MASONRY CONTRACT AT WEST POINT, NY
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at West Point, NY, is announcing a presolicitation for a masonry contract exclusively set aside for small businesses. This contract, categorized under NAICS code 238140 with a size standard of $19 million, aims to support the maintenance of miscellaneous buildings at the West Point installation. Interested contractors must be registered as small businesses in the System for Award Management (SAM) and ensure their UEI and Cage Code are current and valid. The solicitation is expected to be released in electronic format around the week of October 21, 2024, and interested parties should monitor the SAM website for updates and submission guidelines. For further inquiries, contact Tara D'Amico at tara.m.damico.civ@army.mil or Marlene Barretto at marlene.g.barretto.civ@army.mil.
    Modular Wall System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses from small businesses for a Sources Sought Notice regarding a modular wall system that meets safety, evacuation, fire suppression, and HVAC requirements similar to Swiftwall. This system is intended to create temporary spaces without permanent construction, allowing for easy removal and reconfiguration using basic tools, particularly for use at the United States Military Academy. The initiative emphasizes the need for adaptable workspace solutions and requires at least two qualified small businesses to respond to justify a set-aside for small business competition across various socioeconomic categories. Interested firms should submit a capabilities statement detailing their qualifications, experience, and suggestions for enhancing competition, with responses directed to Dennis Cook at dennis.j.cook8.civ@army.mil. This notice serves informational purposes only and does not commit the Government to future contracting actions.
    B1470 Flooring
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for the procurement of flooring materials, specifically ShawContract and Powerhold manufactured products, under solicitation N001782Q6966. The requirement includes the supply of Peto II tiles and universal high tack adhesive, which must be delivered to Dahlgren, Virginia, ensuring compatibility with existing flooring used in recent renovations to avoid construction delays. Interested vendors must submit their quotes by October 25, 2024, with the award anticipated by September 30, 2024. For inquiries, contact Karen Major at 540-742-8863 or via email at karen.l.major7.civ@us.navy.mil.
    CUSTODIAL SERVICES - KINGWOOD, WV (WV022)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – New Jersey, is seeking potential vendors for custodial services at the 99th Readiness Division located in Kingwood, West Virginia. The procurement aims to maintain clean and operational environments across various facilities, including offices, restrooms, and assembly halls, in compliance with health and safety standards. This opportunity is crucial for ensuring the hygiene and operational efficiency of government facilities, aligning with federal mandates for custodial management. Interested parties are encouraged to respond to the Request for Information (RFI) by submitting their capabilities and relevant experience to the primary contact, Ronald M. Stinson, at ronald.m.stinson.civ@army.mil, by the specified deadline.
    LAUNDRY AND DRY CLEANING
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide laundry and dry cleaning services at Fort Moore, Georgia, under solicitation number W9124924Q0013. The procurement aims to fulfill the Army’s Installations Laundry and Dry Cleaning Program, which includes the laundering and dry cleaning of government-owned items in compliance with environmental and safety regulations, ensuring accountability and sanitation for various textiles and uniforms. This contract, structured as a firm-fixed-price agreement, spans five years from November 2024 to October 2029, with a deadline for price quote submissions extended to November 15, 2024. Interested vendors should contact Keosha Moss or Symone Y. Collins for further details and ensure compliance with all submission requirements.
    Philpott Janitorial Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for janitorial services at Philpott Lake in Bassett, Virginia. The objective is to maintain cleanliness across various facilities, including the Visitor Center and multiple recreation areas, with a contract period extending from November 2024 through November 2029, including options for additional years. This procurement emphasizes the importance of high hygiene standards for public facilities and aims to promote opportunities for small businesses, particularly those owned by service-disabled veterans. Interested contractors must submit both a price quote and a technical proposal via email by the specified deadline, with a site visit scheduled for October 4, 2024, and questions due by October 9, 2024.