Skip to main content

An official website of the United States government

You have 2 new alerts

Interior/Exterior Painting of Garrison Buildings

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Jan 30, 2025 09:14 am EST
  • Original Published Date: Jan 30, 2025 09:11 am EST
  • Updated Response Date: Feb 05, 2025 10:00 am EST
  • Original Response Date: Jan 05, 2025 10:00 am EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Feb 20, 2025
  • Original Inactive Date: Jan 20, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z1AZ - MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code:
    • 238320 - Painting and Wall Covering Contractors
  • Place of Performance:
    West Point , NY 10996
    USA

Description

This is a SOURCES SOUGHT notice; a market survey for information only, to be used for preliminary 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 purpose of this notice is to gain knowledge of interest, capabilities and qualifications of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB).  All are highly encouraged to respond to ensure adequate competition. The acquisition strategy will be determined based on responses received from this notice and other market research methods.

The Mission and Installation Contracting Command has been tasked to solicit for and award a construction contract for the Interior/Exterior Painting of Garrison Buildings at West Point, NY in support of the Directorate of Public Works. It is anticipated that the project will be a competitive, Firm Fixed Price contract.

SCOPE OF WORK
The Government is in search of proficient firms capable of undertaking the following scope of work: The work consists of furnishing all paint, labor, materials, supervision, equipment, and performing all work in strict accordance with these specifications and drawings for the Interior/Exterior Painting of Public Buildings on West Point.

The disclosure of magnitude is more than $10,000,000.00

Estimated duration for the project is five years.

The North American Industry Classification System code for this procurement is 238320 which has a small business size standard of $19,000,000.00.

The Product Service Code Z1AZ.

Firm response to this Notice shall be limited to 5 pages and shall include the following information:

1.  Firm’s name, address, point of contact, phone number, Unique Entity Identifier and e-mail address.

2.  Firm’s interest in bidding on the solicitation when it is issued.

3.  Firm’s experience to perform the magnitude and complexity outlined in the Scope of Work above (indicate whether as a prime contractor or subcontractor) by providing: brief description of the project, customer name, and dollar value of the project – provide at least 3 examples within the last 5 years.

4.  Firm’s Business Size – Large Business (LB), Small Business (SB), 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled-Veteran Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB).

5.  Firm’s Bonding Capacity (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company.

Prior Government contract work is not required for submitting a response to this synopsis. However, respondents are reminded that all construction performance must follow the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State, and local laws, ordinances, codes and/or regulations.)

Should this action be solicited as Full and Open Competition, a Small Business Participation Plan will be identified as an evaluation factor in the solicitation. Large Business(es) must comply with FAR 52.219-9 by submitting an acceptable Small Business Subcontracting Plan.

This announcement and all information will be issued via SAM and Offerors must be active in SAM to be eligible for award of Government contract, including documenting Section 889 Compliance in SAM that include FAR 52.204-24 and FAR 52.204-25. Contracting will verify the Section 889(a) and (b) compliance – per FAR 52.204-26.

Interested Firms shall respond to this Notice no later than 05 February 2025.  Email your response to Lakenia Brown at Lakenia.m.brown.civ@army.mil.  Email is the preferred method when receiving responses to this notice. 

Contact Information

Contracting Office Address

  • KO DIRECTORATE OF CONTRACTIN MADC 681 ROGERS PLACE 1ST FLOOR
  • WEST POINT , NY 10996-1514
  • USA

Primary Point of Contact

Secondary Point of Contact





History