SOURCES SOUGHT
Z -- ARVIN GYM- HARD WOOD FLOOR REFURISHMENT-WEST POINT
- Notice Date
- 11/3/2023 9:52:23 AM
- Notice Type
- Sources Sought
- NAICS
- 238330
— Flooring Contractors
- Contracting Office
- W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
- ZIP Code
- 10996-1514
- Solicitation Number
- W911SD-24-R-0009
- Response Due
- 11/10/2023 9:00:00 AM
- Archive Date
- 11/10/2023
- Point of Contact
- Maureen Flanagan, Phone: 8459384490
- E-Mail Address
-
maureen.a.flanagan2.civ@army.mil
(maureen.a.flanagan2.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT This is a Sources Sought Notice ONLY.� The U.S. Government has a requirement for a base plus four-year SERVICE contract to provide the refurbishment of hard wood floors in the Arvin Cadet Physical Development Center (ACPDC), Building-727 Brewerton Rd, at The United States Military Academy (USMA) at West Point, NY in accordance on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside.� Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside.� We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or service.� Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.� The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.� Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued.� If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry.� It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.� The anticipated NAICS code(s) is 238330-flooring contractors, manufacturing size standard is $19.0 Mil. A need is anticipated to provide refurbishment of the hard wood floors in the Arvin Cadet Physical Development Center (ACPDC), Building-727 Brewerton Rd, West Point, NY 10996. The ACPDC is a 500,000 square foot, 5-floor, multi-venue physical training and fitness facility that houses the classrooms and laboratories used by the Department of Physical Education to deliver the USMA Physical Program. Period of performance for these services is a base plus four-year contract. Five-year contract in total. PERIOD OF PERFORMANCE One (1) base year and four (4) option years. a. TASKS The Contractor shall: a. Using a properly treated dust mop, thoroughly clean the floor. b. Before abrading the maple surface, walk the entire area to ensure that all foreign matter has been removed. c. Using a buffer or sander, disk the floor with a fine grit screen back or steel wool to abrade the top layer of old finish until the floor is dull and uniform in appearance. d. If necessary, touch up any game line paint or markings and lightly abrade those areas when dry. e. Vacuum and tack the entire athletic floor system until it is thoroughly clean, paying particular attention to edges and corners. f. Inspect entire floor to ensure that surface is acceptable for coating and is completely free from sanding dust. g. Apply an even coat of Hillyard Industries Inc 350 Wood Sealer in accordance with the manufacturer's instructions. h. Follow selected finish manufacturer�s recommendation on time allotted before foot traffic and activities can resume. i. Upon completion of this project, the Contractor shall clean up any staging areas used (parking-spots, rooms, hallways, or work areas) to leave them in pre-construction status and remove all packing materials, excess materials, and any other construction debris. b. MID - DECEMBER (WINTER LEAVE) The Contractor shall refinish the following rooms over USMA Winter Leave. Exact dates vary slightly on a yearly basis. a. 4th Floor Gym � 21,850sf b. 2nd Floor Gym � 20,900sf c. MID - JUNE The Contractor shall refinish the following rooms after STAP training (mid-June) and before Reception Day (Early July) at West Point. Exact dates vary slightly on a yearly basis. a. 4th Floor Gym � 21,850sf b. 2nd Floor Gym � 20,900sf c. Racquetball Courts (4th Floor) � 5,760sf d. Hayes Gymnasium (Option Year 4 Only) � 17,100sf REPAIRS The Contractor shall repair floors as needed. Tasks shall include, but not be limited to a. Repairing deep scratches or gouges with sanding and blending. b. Repainting existing floor markings if worn or damaged. c. Applying extra sealant over repairs and high wear areas. In response to this sources sought, please provide: 1.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2.� Identify whether your firm is interested in competing for this requirement as a prime contractor or not.� Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3.� Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.� 4. Information to help determine if the requirement for the hard wood flooring refurbishment is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5.� Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.� Please contact the MICC-WP, Maureen Flanagan, at Maureen.a.flanagan2.civ@army.mil 845-938-4490, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the SAM.GOV notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7.� Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2c5ad913d53d46bca5558186a21713ca/view)
- Place of Performance
- Address: West Point, NY 10996, USA
- Zip Code: 10996
- Country: USA
- Zip Code: 10996
- Record
- SN06876090-F 20231105/231103230054 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |