Synopsis and Solicitation - Washer & Dryer Maintenance & Repair Service at West Point, NY
ID: W911SD25RA008Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Appliance Repair and Maintenance (811412)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- HOUSEHOLD AND COMMERCIAL FURNISHINGS AND APPLIANCES (J072)

Set Aside

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

    The Department of Defense, through the U.S. Army's West Point Mission Installation Contracting Command Office, is soliciting proposals for Washer and Dryer Maintenance and Repair Services at West Point, New York. The contract encompasses a base year plus four option years, requiring the contractor to maintain approximately 54 washers and 50 dryers, ensuring operational efficiency through biweekly inspections, preventive maintenance, and timely repairs. This service is critical for supporting the living conditions of military personnel, reflecting the Army's commitment to providing essential amenities. Interested small businesses must submit their proposals by March 3, 2025, at 12:00 PM EST, and direct any inquiries to Ms. Tara D'Amico at tara.m.damico.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as an addendum to instructions for offerors regarding the solicitation W911SD-25-R-A008 for Washer and Dryer Maintenance and Repair Services at West Point, NY. Interested parties must submit proposals by March 3, 2025, at 12 PM EST to be considered for the contract. Questions related to the solicitation are due by February 12, 2025. Proposals must include the completed solicitation form and two to three copies of Performance Assessment Questionnaires. Submissions should be emailed to Ms. Tara D’Amico by the specified deadline. The proposal requires signatures, dates, and compliance checks against the included clauses. This document illustrates the structured approach the federal government employs in its procurement processes, encouraging transparency and accountability while ensuring all requirements are clearly communicated to potential contractors.
    The document serves as an addendum to FAR 52.212-2 regarding the evaluation criteria for proposals in response to a government solicitation. It outlines a Lowest Price Technically Acceptable (LPTA) source selection process for awarding a contract. The award will go to a single offeror whose proposal meets technical requirements and is the lowest priced. Proposals must achieve an “Acceptable” rating in all Non-price Factors, particularly in Past Performance, which assesses the offeror’s past success in similar work. Offerors are instructed to provide Performance Assessment Questionnaires from previous clients for evaluation. The price evaluation involves price analysis techniques to ensure reasonableness, while consideration is given to the Option to Extend Services. A binding contract is established upon written notice of award within the proposal's acceptance time. This structure emphasizes the need for both competitive pricing and technical competency in proposal submissions, aligning with federal procurement processes.
    The document outlines antiterrorism and operations security requirements for contractors working on Army-controlled installations. Key mandates include conducting law enforcement background checks on employees, submitting personnel information to the Contracting Officer's Representative (COR) ahead of time, and ensuring all personnel complete annual Level I Antiterrorism Awareness Training. The COR is responsible for monitoring compliance with background checks, and all contractor-related personnel must return government identification upon contract completion. Contractors are also required to understand and comply with parking regulations on-site, undergo employee eligibility verification via the E-Verify system, and avoid employing individuals without valid immigration documentation. Furthermore, the document emphasizes a zero-tolerance policy against human trafficking and mandates strict adherence to access control protocols based on the Force Protection Condition levels. It highlights the importance of maintaining accurate records of government-issued identifications and mandates their return upon cessation of need. This document is crucial for ensuring security and operational integrity in government contracts, particularly in contexts involving federal grants and Requests for Proposals (RFPs).
    The Performance Assessment Questionnaire is designed for federal contracting purposes, specifically to evaluate contractor performance based on various criteria. Respondents must provide detailed and honest assessments to assist in the awarding of federal contracts. The questionnaire includes sections for contract identification and evaluation of compliance, project management effectiveness, timeliness of deliverables, cost control, and commitment to customer satisfaction. Responses are rated on a scale from "Substantial Confidence" to "No Confidence," with a rationale required for each rating. The document emphasizes the importance of accurate information and requests respondents to return the completed questionnaire to the designated Contract Specialist by a specified deadline. This assessment tool plays a crucial role in evaluating contractors' performance to ensure quality and reliability in fulfilling government contracts, thus reinforcing accountability in public sector procurement processes.
    The Performance Requirements Summary (PRS) outlines the maintenance expectations for washer and dryer units servicing specific government sites, namely Camp Natural Bridge and Camp Buckner. Key requirements include bi-weekly inspections of all units, ensuring operational status within five business days for any repairs, and compliance of replacement parts with industry standards. The contractor must also perform seasonal de-winterization and winterization actions of the units during specified timeframes, ensuring that a minimum of 90% of units are operable post-de-winterization. Additionally, the contractor is required to immediately notify relevant personnel of any inoperable units and submit maintenance service reports within 72 hours. The performance standards are monitored through periodic inspections and evaluations, with any trends appearing below acceptable levels leading to potential negative reviews in the Contract Performance Assessment Reporting System (CPARS). This summary reflects the overarching aim of maintaining efficient operation of laundry services for government facilities, ensuring compliance with established performance standards.
    The Performance Work Statement (PWS) outlines a non-personal services contract for the maintenance and repair of washers and dryers at various Army facilities in West Point, New York. The contract mandates the contractor to provide all necessary labor, equipment, and parts for the upkeep of approximately 54 washers and 50 dryers located in designated barracks. The contract spans a base period of 12 months with four potential renewal periods, aimed at ensuring fully operational equipment throughout. Key objectives include performing biweekly inspections, preventive maintenance, and necessary repairs while adhering to commercial standards and electrical codes. Specific tasks involve seasonal inspections, proper documentation of completed repairs, and comprehensive maintenance logs. Safety and security regulations are emphasized, requiring contractors and personnel to maintain compliance with government protocols. The contractor is tasked with submitting regular performance data, managing quality control, and rectifying deficiencies promptly. The overarching goal is to maintain functionality and support for soldiers, demonstrating the Army's commitment to providing essential living services effectively and efficiently.
    The document is a solicitation for a federal contract focusing on the maintenance and repair of washers and dryers as part of a service contract for commercial products and services. Specifically, it outlines the requirements for a Women-Owned Small Business (WOSB) to provide these services, detailing contractor responsibilities, contract structure, and compliance guidelines. Key features include the total award amount of approximately $19 million, adherence to the Service Contract Act with stipulated wage rates, and mandatory background checks for contractor personnel entering Army-controlled facilities. The contract includes a firm fixed pricing structure for various service line items related to washer and dryer maintenance, parts, and winterization options. It mandates compliance with federal laws regarding employment verification, antiterrorism training, and personnel identification. The solicitation emphasizes the importance of contractor performance metrics, customer satisfaction, and effective project management. In summary, this document serves as a detailed request for proposals from qualified contractors, facilitating the provision of essential laundry services to military installations while ensuring compliance with federal labor regulations and safety protocols.
    The document presents a Wage Determination under the Service Contract Act (SCA) by the U.S. Department of Labor, specifically for contract work in New York County, Orange. It outlines minimum wage rates for various occupations, which differ based on contract initiation dates and applicable executive orders—$17.75 in 2025 for contracts starting after January 30, 2022, under Executive Order 14026, and $13.30 for contracts awarded between January 1, 2015, and January 29, 2022, per Executive Order 13658. The document specifies wage rates across numerous occupational categories, detailing various titles from administrative support to protective services. It articulates mandatory fringe benefits such as health and welfare provisions, vacation, and holiday pay. Additionally, it discusses compliance requirements regarding uniform allowances and paid sick leave established under Executive Order 13706. This wage determination serves as a crucial guideline for contractors ensuring fair and compliant payment practices, especially in government contracts. It reflects the government's commitment to protecting workers' rights while promoting equitable labor standards in federal contracting.
    The document provides an inventory of commercial laundry equipment installed across various buildings at military facilities in New York. It details the addresses, building names, quantities, types of equipment (washers and dryers), models, and purchase dates. Notably, Maytag Commercial Front Loaders and electric dryers are predominant across numerous sites, with model numbers provided for each. The inventory includes locations such as Calvary Barracks, Artillery Barracks, and Camp Natural Bridge, showcasing a consistent equipment brand and type. The report serves as a reference for managing and maintaining laundry amenities within these military installations, potentially relevant for future requests for proposals (RFPs) or grants concerning facility upgrades and equipment procurement. By cataloging this equipment, the document aids in assessing operational efficiency and planning for necessary replacements or repairs.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Laundry & Dry Cleaning Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Laundry and Dry Cleaning (L&DC) services at Fort Moore, Georgia. The procurement aims to establish a firm fixed-price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period, encompassing various laundry and dry cleaning tasks for military personnel, including the laundering of organizational clothing and individual equipment, while adhering to Army regulations and environmental standards. This service is crucial for maintaining the health and sanitation requirements of military operations. Interested parties must submit a capabilities statement by 12 p.m. EST on February 14, 2025, to the Contract Specialist, Ms. Maleah Owen, at maleaha.l.owen.civ@army.mil, with additional contact available through Racheal L. Valdez at racheal.l.valdez.civ@army.mil.
    Cooking Exhaust Maintenance West Point B+4 FY25
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide cooking exhaust maintenance services at the United States Military Academy (USMA) in West Point, New York. The procurement involves inspection and cleaning of cooking-related exhaust systems in compliance with NFPA 96 standards, with a contract duration of one base year and four optional renewal periods. This service is critical for maintaining safety and operational integrity in food service areas, ensuring adherence to health and safety regulations. Interested vendors must submit their proposals, including past performance questionnaires, by February 20, 2025, with a mandatory site visit scheduled for February 19, 2025. For further inquiries, contact Sonya D. Van Valkenburg at sonya.d.vanvalkenburg.civ@army.mil.
    35--WASHER-DRYER,HOUSEH
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 48 units of household washer-dryer machines, identified by National Stock Number (NSN) 3510016099895. The solicitation is a Request for Quotation (RFQ) and is aimed at acquiring these essential appliances for military use, which play a critical role in maintaining the hygiene and comfort of personnel. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within 90 days after the award date. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.
    Linen Laundry Service WAATS
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide linen laundry services for the Western Army Aviation Training Site (WAATS) in Marana, Arizona. The contractor will be responsible for the pick-up, cleaning, drying, and delivery of various linen items, including towels, sheets, and blankets, in accordance with the Performance Work Statement (PWS) and a defined performance schedule. This service is crucial for maintaining operational readiness and hygiene standards for military personnel at the facility. Interested parties must submit their quotes via email to the contracting officer, Janet Labell, by 5:00 PM MST on February 16, 2025, with a site visit scheduled for February 12, 2025, to facilitate understanding of the requirements. For further inquiries, potential bidders can contact Janet Labell at janet.f.labell.civ@army.mil.
    CARPETING SERVICES B+4 (WEST POINT NY)
    Buyer not available
    The Department of Defense, through the U.S. Army Garrison at West Point, New York, is soliciting proposals for carpeting services, specifically for the removal and replacement of existing carpeting in various locations within the United States Military Academy. The contractor will be responsible for disassembling and reassembling office furniture, providing carpet samples, and ensuring the installation meets professional standards while maintaining a safe and aesthetically pleasing environment. This service is crucial for maintaining the infrastructure and operational standards at West Point, with a total estimated contract value of $9,000,000. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals and past performance documents to Sonya D. Van Valkenburg by February 28, 2025, at 10:00 AM.
    Ft Tuthill Linen Services
    Buyer not available
    The Department of Defense, through the U.S. Air Force, is seeking qualified contractors to provide laundry and dry cleaning services at Fort Tuthill, Arizona, under a Blanket Purchase Agreement. The procurement involves non-personal services for linen exchange, requiring the contractor to supply all necessary personnel, equipment, and materials for effective laundry operations over a five-year period, commencing February 1, 2025. This service is critical for maintaining operational standards and quality at military facilities, ensuring that personnel have access to clean linens and related supplies. Interested parties must submit their proposals by February 14, 2025, and direct any inquiries to SSgt Detrick Dukes at detrick.dukes@us.af.mil or Sara Lackey at sara.lackey.2@us.af.mil, with all questions due by December 20, 2024.
    Refuse Services For New Windsor NY NY116
    Buyer not available
    The Department of Defense, through the Army Contracting Command - New Jersey, is seeking proposals for refuse and recycling services at the SGT CATALIN D. DIMA AFRC/AMSA 106 facility located in New Windsor, NY. The objective of this procurement is to ensure a clean and environmentally safe workplace, free of debris and pests, in accordance with the Performance Work Statement. These services are crucial for maintaining operational efficiency and hygiene within military facilities. Interested small businesses are encouraged to reach out to Michael Hull at michael.j.hull40.civ@army.mil or 609-562-3133, or Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil or 609-562-6405 for further details, as this opportunity is set aside for total small business participation.
    Commercial Dryer Sources Sought
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking potential sources for the procurement of a commercial drying tumbler, specifically NSN 3510-01-596-4832. The requirement includes a drying tumbler with a cubic capacity of 22.5 cubic feet, a maximum load rating of 80 lbs, and a steam heat-generating method, aimed at enhancing laundry operations for military use. This equipment is critical for maintaining operational efficiency in naval environments, where durability and performance under challenging conditions are paramount. Interested contractors are encouraged to submit a technical data package detailing their manufacturing capabilities and must contact Anna Lake at anna.lake@dla.mil by February 7, 2025, to express their interest.
    Leasing Parts Washers
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Yuma Proving Ground, is conducting market research for leasing parts washer cleaners to support operations at the Yuma Test Center in Arizona. The procurement aims to gather information on potential providers of these services, including their past experiences, the commercial viability of the requirement, and interest in competing as prime contractors or through partnerships. Leasing parts washers is crucial for maintaining compliance with hazardous waste management standards and ensuring efficient maintenance operations at military facilities. Interested parties are encouraged to respond to the Request for Information (RFI) by contacting Damon McLaughlin at damon.j.mclaughlin.civ@army.mil or by phone at 928-328-6285, as the government seeks input from small businesses across various socioeconomic categories. This RFI does not constitute a formal solicitation, and no proposals will be accepted at this time.
    Dry Cleaning Services - McConnell AFB, KS
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking quotes for dry cleaning services at McConnell Air Force Base (AFB) in Kansas, specifically for the 22 Medical Group. The contract will cover commercial, nonpersonal services for linen and off-site laundry, requiring the contractor to manage approximately 1,800 pieces of laundry monthly while adhering to strict healthcare cleanliness standards and infection control protocols. This procurement is critical for maintaining hygiene and medical readiness at the facility, with a contract duration from November 1, 2024, to April 30, 2029, under a Total Small Business Set-Aside. Interested vendors must register as small businesses under NAICS code 812320 and submit their quotes electronically, with the primary contact being Matthew Mohon at matthew.w.mohon.civ@health.mil.