Skip to main content

An official website of the United States government

You have 2 new alerts

STAND ALONE RAPPEL TOWER CLIMBING WALL

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 (Original)
  • Original Published Date: Nov 19, 2024 11:38 am EST
  • Original Response Date: Dec 03, 2024 12:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 06, 2024
  • Initiative:
    • Recovery and Reinvestment Act

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 238990 - All Other Specialty Trade Contractors
  • Place of Performance:
    Glen Arm , MD 21057
    USA

Description

Objective: The purpose of this Sources Sought Notice is to solicit input via capability statements from interested parties with the specialized capabilities necessary to perform proficient, cost-effective, and performance designing and building Rappel Tower/Climbing Wall. This Source sought will assist the Maryland Army National Guard contracting office with identifying capable sources and developing its acquisition strategy for market research purposes.

Sources Sought Synopsis: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL (RFP) ISSUANCE. THIS EFFORT IS CONSIDERED COMMERCIAL IN NATURE AND ANY RESULTANT CONTRACT WILL BE AWARDED IAW FAR PART 13.
The Maryland Army National Guard anticipates a competitive acquisition to provide a rappel tower/climbing wall, using the specifications cited below.

PRODUCT DESCRIPTION

Stand Alone Rappel Tower/Climbing Wall, Dimensions: Height 64 ft, Width 20 ft, Depth 20 ft,  Roof above top platform for weather protection, One side for rappel and fast rope with window openings at 40’ that can be open or fixed closed, One side for rock wall with auto belays, One side with cargo net with auto belays, One side with 45-degree Incline Wall trainer up to 20 ft in height.  Provide fully enclosed, waterproof, storage facility with 100 sq ft minimum footprint at base of tower within the tower footprint, Provide removable safety rails at top of tower on all four sides, Materials must be mold and algae resistant with wall materials easily replaceable, Staircase shall be all weather, provide “red” and NVG compatible lighting for night use.

IN RESPONSE TO THIS SOURCE SOUGHT, PLEASE PROVIDE

1. Name of the firm, point of contact, phone number, email address, UEI number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, GSA, 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/ past performance (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. Provide pictures, samples, and/or rappel tower designs) on previous work, and year performed.

NOTES OF IMPORTANCE:

Responses to this source sought will assist the Government in determining the appropriate acquisition method.

Your response will be treated as information only. It shall not be used as a proposal.

The Government will not cover any costs for any information or inquiry submitted as a result of this notice.

Oral submissions of information will not be considered in response to this source sought.

This Source Sought Notice is for Market Research purpose Only.

CAPABILITIES

All sources capable of providing these services are being sought. Site visits will be arranged by the technical point of contract.  All interested firms should submit a capabilities package that outlines the firm’s capabilities in providing the required item. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. The response must not exceed 5 pages. Capability packages should be submitted to Mr. Victor Mejia via e-mail to victor.a.mejia4.civ@army.mil and to ng.md.mdarng.list.uspfo-arpc@army.mil.  This source sought is for information and planning purposes only. It does not constitute a solicitation and is not to be construed as a commitment by the Government. RESPONSES ARE DUE NO LATER THAN DECEMBER 03, 2024, AT 12:00 PM EST.

Contact Information

Contracting Office Address

  • KO FOR MDARNG DO NOT DELETE 301 OLD BAY LANE
  • HAVRE DE GRACE , MD 21078-4094
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Dec 07, 2024 12:04 am ESTSources Sought (Original)