Skip to main content

An official website of the United States government

You have 2 new alerts

CHAIR LIFT MAINTENANCE -West Point FY24

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: Jun 26, 2024 08:24 pm EDT
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: Manual
  • Updated Inactive Date: Jul 04, 2024
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Updated Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J040 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ROPE, CABLE, CHAIN, AND FITTINGS
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    West Point , NY 10996
    USA

Description

SOURCES SOUGHT

This is a  Sources Sought Notice ONLY.  The U.S. Government has a requirement to provide yearly preventative maintenance on the handle tow, ski chair lift, inspection and certification for all wire ropes on the chair lift and handle tow at the Victor Constant Ski Slope West Point, NY 10996, in accordance with (IAW)  applicable laws, rules, regulations, codes and guidelines at the United States Military Academy (USMA), West Point, NY 10996., 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  811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance size standard is 12.5 MIL.

A need is anticipated to complete yearly inspections, certifications and maintenance to insure trouble free and safe operation of the Multi Ski lift Handle Tow and the Borvig Triple Chair Lift located at the Victor Constant Ski Slope.

 The contractor shall provide all trade certifications, expertise, services, materials, supplies, supervision, labor, except where specified as Government furnished to perform necessary yearly preventative maintenance on the handle tow, ski chair lift, inspection and certification for all wire ropes on the chair lift and handle tow at the Victor Constant Ski Slope West Point, NY 10996, in accordance with (IAW) applicable laws, rules, regulations, codes and guidelines at the United States Military Academy (USMA), West Point, NY 10996. THis will be a Base plus four option years.

1.2 See attached SOW.

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 chair lift maintenance/inspection 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, Sonya Van Valkenburg, at sonya.d.vanvalkenburg.civ@army.mil, 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 FedBizOpps notice.  Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

7.  Recommendations to improve the approach/specifications/draft SOW/PWS/PRS to acquiring the identified items/services.

8. Please send all responses to the MICC Purchasing Agent, Sonya Van Valkenburg, at Sonya.D.Vanvalkenburg.civ@army.mil, and be sure to include the Sources Sought Notice W911SD-24-R-0150 in your email subject line to prevent your reply from being deleted as SPAM.

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