Rappel Tower Inspe/Maint B+4 West Point FY25
ID: W911SD25RA012Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ROPE, CABLE, CHAIN, AND FITTINGS (J040)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide inspection, maintenance, and certification services for the Rappelling Tower and associated training obstacles at the United States Army Garrison in West Point, New York. The contract encompasses a base period of one year, with four additional option years, during which the contractor will perform annual inspections, load testing, and necessary maintenance to ensure the safety and operational integrity of the facilities utilized by the United States Corps of Cadets. This initiative is critical for maintaining high safety standards and compliance with federal regulations, ensuring that training facilities remain functional and secure for military training purposes. Interested small businesses must submit their proposals by May 30, 2025, and can direct inquiries to Sonya D. Van Valkenburg at sonya.d.vanvalkenburg.civ@army.mil.

    Point(s) of Contact
    Sonya D. Van Valkenburg
    sonya.d.vanvalkenburg.civ@army.mil
    Files
    Title
    Posted
    The Past Performance Questionnaire (PPQ) is designed for contractors submitting proposals in response to a Request for Proposal (RFP) under the solicitation W911SD-25-R-A006. The document seeks detailed information about the contractor's previous performance, including contract identification, customer or agency information, evaluator identification, and evaluation metrics to assess contractor reliability. It contains sections requiring specifics such as contract numbers, costs, services provided, customer descriptions, and performance ratings based on key factors like quality, management effectiveness, and employee retention. Evaluators are asked to indicate their satisfaction level with the contractor’s performance using a rating scale from satisfactory to unsatisfactory. Additionally, contractors must document relevant previous contracts and describe how they relate to the current solicitation, detailing any performance issues and corrective actions taken. The overarching purpose of this PPQ is to inform selection decisions for federal contracts, providing a structured method for assessing past contractor performance against set expectations and requirements.
    The Performance Work Statement outlines the requirements for the annual inspection, pull testing, and maintenance of various rappelling obstacles at the US Army Garrison in West Point, New York. The contractor is responsible for complete inspections and certifications of the Rappelling Tower, Slide for Life, Water Confidence Course, and related structures, ensuring they comply with ANSI standards and safety regulations. Work will occur from August 24, 2025, to August 23, 2026, with inspections scheduled for early May each year. The contractor must provide comprehensive reports on deficiencies and necessary repairs within specified timelines, ensuring all equipment is safe and functional. Additional tasks include installing a cargo climbing net at Camp Buckner and performing regular testing on anchor points. The document emphasizes the importance of safety and adherence to federal and state guidelines, marking a commitment to maintaining the integrity of training facilities and promoting personnel safety. The contractor must ensure compliance with industry standards and respond urgently to any identified issues to uphold operational safety and efficiency.
    The document provides a series of questions and answers regarding the solicitation W911SD25RA012, primarily focused on clarifications needed for a contractor's bid related to range control operations. Key points addressed include the lack of a specific ANSI certification requirement for contractors, with an emphasis on adherence to applicable codes and a one-year guarantee on workmanship. Contractors must obtain the "Range Control Operations Specifications" through the Statement of Work (SOW), as no additional documents are provided. It is specified that contractors are responsible for procuring a cargo climbing net, while other nets will be supplied by Range Control. Additionally, although the solicitation includes an emergency labor allocation, previous experiences indicate it has rarely been utilized. All approvals for maintenance activities can be obtained before work commencement, and contractors are advised to follow all relevant codes and safety regulations throughout the project. This document serves to ensure that contractors have a clear understanding of the requirements and expectations before submitting offers for the project, reflecting a commitment to compliance and safety standards in government contracting.
    The document is a solicitation for a federal contract aimed at providing preventive maintenance, inspection, and certification services for various structures, primarily focusing on rappel towers and associated components. The contracting entity seeks bids from Women-Owned Small Businesses (WOSB) to perform essential safety checks and maintenance on multiple sites, including the Water Confidence Course and Pine Ridge Rappel Site. Key requirements include all labor, materials, and equipment necessary to conduct detailed assessments, repairs, and certifications of safety for the facilities referenced in the Statement of Work (SOW). The solicitation outlines specifics such as project cost estimates, timelines (from August 2025 to August 2026), and stipulations for emergency service labor. Contractors must adhere to federal guidelines, including the Buy American Act and regulations regarding antiterrorism training for personnel accessing government facilities. The document emphasizes the importance of compliance with all operational standards to ensure the safety and reliability of the structures involved. Overall, this solicitation underscores the commitment of government entities to maintain high safety standards and integrity within the contracting process.
    The amendment to the federal solicitation aims to extend the closing date for offers to May 30, 2025, at 3:30 PM and includes a scheduled site visit for bidders interested in the RAPPEL TOWER RANGES project on May 22, 2025. The site visit will commence at the Mission and Installation Contracting Command in West Point, NY, with attendees required to sign a register indicating their name and affiliated firm. Participants are encouraged to arrive early for a smooth check-in process, as access to multiple inspection locations is essential. The amendment retains all original solicitation terms and conditions while updating the project description to include specifications for inspection and maintenance of rappel towers. Interested parties are instructed to submit questions regarding the specifications to the designated official via FBO.gov. The document emphasizes the importance of early coordination for site access due to limited parking availability. The point of contact for this amendment is Sonya Van Valkenburg, whose contact information is provided for inquiries.
    The document outlines the scope of work for the annual inspection, load testing, and maintenance of rappelling obstacles at US Army Garrison – West Point, New York. The contractor is tasked with providing labor, materials, and supervision to ensure safe operation of various facilities, including a Rappelling Tower, Air Assault Ramp, Slide for Life, Confidence Climb, and associated anchor points. Key responsibilities include comprehensive inspections, maintenance in accordance with standards and regulations, and timely reporting of deficiencies to the Contracting Officer Representative (COR). The contract runs from August 24, 2025, to August 23, 2026, with potential extensions for four additional years. The document specifies required protocols during service execution, including safety measures, reporting procedures for deficiencies, and certifications for personnel involved in tasks. Specific safety equipment inspections, maintenance tasks, and standards compliance are emphasized to ensure safety at training sites. The contractor is also required to install a cargo climbing net at Camp Buckner, fulfilling specifications detailed in the attachments provided. Overall, the initiative demonstrates the Army's commitment to maintaining operational safety and compliance at training sites.
    The Performance Work Statement outlines the requirements for the annual inspection, pull testing, maintenance, and certification of rappelling obstacles located at various training sites within the US Army Garrison – West Point, New York. The contractor is responsible for all labor, materials, and equipment needed to ensure the safe operation of the Rappelling Tower, Air Assault Ramp, Slide for Life, and other related facilities. Work is to be completed annually during May, with a baseline performance period from August 24, 2025, to August 23, 2026, and options to extend for four additional years. Key tasks include inspecting structural integrity, load testing anchor points, and maintaining safety equipment according to relevant standards and regulations. The contractor must also report any deficiencies and provide necessary repairs within established timelines. Additionally, a new cargo climbing net will be installed at Camp Buckner during specific performance years. Compliance with safety standards and proper documentation of inspections, maintenance, and repairs are critical components of this project, emphasizing the importance of safety and preparedness in military training operations.
    The document pertains to an amendment of a government solicitation regarding a contract, specifically addressing an extension for the submission of offers related to a project. This amendment indicates that the deadline for offers has been extended to May 13, 2025, at 10:00 AM Eastern Standard Time, with a new site visit scheduled for May 1, 2025. Interested parties must acknowledge receipt of this amendment by various methods, such as returning signed copies or electronic confirmation before the specified deadline. Additionally, if an offer requires changes due to this amendment, such modifications can be communicated formally. The document includes essential details such as the solicitation and contract number, contact information for the contracting officer, and regulations related to the acknowledgment of amendments. It is specified that the terms and conditions of the original solicitation shall remain in full effect, except for changes outlined in the amendment. This document is a standard form used in federal contracting processes, emphasizing compliance and administrative clarity in the solicitation process for potential contractors, particularly aiming to engage women-owned small businesses.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Reconstruction of Thayer Hall at the United States Military Academy, West Point, New York
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking qualified contractors for the reconstruction of Thayer Hall, a General Instruction Facility at the United States Military Academy in West Point, New York. This project, part of the Academic Building Upgrade Program, aims to modernize academic facilities and address a significant shortage of instructional space by demolishing a 1955 addition and preserving the original 1911 structure, ultimately creating a state-of-the-art facility with various academic and administrative spaces. The estimated construction cost exceeds $500 million, with a planned solicitation in Summer 2026 and demolition/reconstruction commencing in early 2027. Interested firms are encouraged to submit their capabilities packages by December 23, 2025, to Brian Mannion at brian.t.mannion@usace.army.mil.
    Cemetery Operations and Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the operation and maintenance of the West Point Cemetery located in West Point, NY. This procurement focuses on providing housekeeping and facilities operations support to ensure the cemetery is maintained to the highest standards. The services are crucial for preserving the dignity and upkeep of this significant site, which honors military personnel. Interested parties can reach out to Stephanie Nickolan-Barron at stephanie.l.nickolan-barron.civ@mail.mil or call 845-938-5859 for further details regarding the opportunity.
    Master Breacher Range Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Master Breacher Range Support contract at Fort Benning, Georgia. This procurement aims to provide materials and labor for the Regimental Master Breacher Course (RMBC), which includes responsibilities such as constructing and cleaning targets, procuring materials, and ensuring compliance with safety and environmental regulations. The contract is significant for enhancing demolition training for the 75th Ranger Regiment and is set aside for small businesses, with a total award amount of $45 million. Proposals are due by December 18, 2025, at 10:00 AM EST, and interested parties should direct inquiries to SSG Dwayne Phelps or Rafael Alamedapabon via the provided email addresses.
    Master Breacher Course Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Master Breacher Course Support at Fort Benning, Georgia. This procurement involves providing materials and labor for training site support, including the construction and maintenance of targets and training aids for the 75th Ranger Regiment's Regimental Master Breacher Course, which is conducted three times a year. The contractor will be responsible for adhering to specific construction standards, ensuring quality control, and complying with safety and environmental regulations, while the government will provide range access and coordination. Proposals are due by December 18, 2025, at 2:00 PM EST, and interested parties should submit their quotes electronically to the designated contacts, Rafael Alamedapabon and Jack Konrat, with no paper submissions accepted.
    Facility Investment Services for 99th Readiness Division (RD), Region 4C
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is seeking qualified small businesses to provide Facility Investment Services for the 99th Readiness Division, Region 4C. The procurement aims to identify capable firms for Preventive Maintenance (PM) and Corrective Maintenance (CM) services, which include maintenance and repair of building exteriors, interior systems, and various infrastructure components. This initiative is crucial for ensuring the sustainment, restoration, and modernization of facilities in West Virginia and Western Virginia, with an estimated five-year ordering period. Interested parties must submit their capability statements and relevant documentation by December 16, 2025, at 5:00 PM EST to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil, and all employees must meet specific security requirements.
    Roof Fall Protection Systems Services
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for Roof Fall Protection Systems Services at the Pentagon. This contract encompasses the inspection, repair, and certification of existing fall protection systems, including Horizontal Lifeline (HLL) and Beam and Trolley (B&T) systems, with a focus on ensuring compliance with stringent safety regulations and federal building codes. The contract will be structured as a Firm-Fixed-Price (FFP) with optional Indefinite-Delivery Indefinite-Quantity (IDIQ) provisions for repairs, and it is crucial for maintaining safety standards within the Pentagon's operational environment. Interested vendors must attend a mandatory site visit on December 4, 2025, submit questions by December 10, 2025, and provide completed proposals by January 7, 2026. For further inquiries, vendors can contact Keisha Simmons at keisha.simmons@whs.mil or Bianca Betancourt at bianca.l.betancourt.ctr@mail.mil.
    SOURCES SOUGHT--USMA Supplemental Transportation Support West Point
    Dept Of Defense
    The Department of Defense, through the U.S. Army, is seeking qualified small businesses to provide supplemental transportation support for the United States Military Academy (USMA) at West Point, New York. The contractor will be responsible for managing a fleet of vehicles, including buses, sedans, and vans, to transport cadets, staff, and faculty, while ensuring all maintenance needs are met without any Government Furnished Equipment. This service is crucial for facilitating transportation to and from area airports and medical facilities, with operations initiated via Transportation Movement Requests (TMRs) and requiring compliance with security and background check protocols. Interested small businesses must respond to the Sources Sought Notice W911SD-26-Q-A009 by providing their capabilities and relevant experience to Ignacio Cordova at ignacio.j.cordova2.civ@army.mil, as the government aims to determine the feasibility of a small business set-aside for this requirement.
    Evaluate Fire Suppression Bldg. 126 at the Watervliet Arsenal, Watervliet , NY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals from qualified contractors to evaluate and modify the fire suppression system in Building 126 at the Watervliet Arsenal in New York. The project, valued at $19,500,000, involves the removal of existing shelving units, updating the fire suppression system to meet current codes, and providing stamped engineered drawings. This procurement is critical for ensuring the safety and compliance of the facility's fire suppression capabilities. Interested small businesses, particularly Women-Owned Small Businesses (WOSB), must submit their proposals electronically and adhere to various federal regulations, with the period of performance set from January 1, 2026, to March 31, 2026. A mandatory site visit is scheduled for December 17, 2025, and interested parties should contact Christopher Battiste at christopher.k.battiste.civ@army.mil for access arrangements.
    Fall Protection Certification Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Fall Protection Certification Services at Edwards Air Force Base in California. The procurement includes comprehensive inspection, certification, and training services for fall protection systems, ensuring compliance with safety standards and regulations. This contract is particularly significant as it involves maintaining safety protocols for personnel working at heights, with a total award amount of $11,500,000 over a performance period from January 1, 2026, to December 31, 2030, including one base year and four option years. Interested small businesses must submit their quotes by December 15, 2025, and can direct inquiries to Contract Specialist Alexia Del Real at alexia.delreal@us.af.mil or Contracting Officer Suzanna Kussman at suzanna.kussman@us.af.mil.
    Ropes USR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of rope and cordage products under the project titled "Ropes USR." This opportunity is set aside for small businesses and involves items that may be substituted for discontinued products, provided they meet specifications and compliance requirements. The goods are essential for various military applications, ensuring operational readiness and safety. Interested vendors should contact James Ferraro at james.a.ferraro.civ@army.mil or call 573-563-2910 for further details regarding the solicitation process.