SOURCES SOUGHT
J -- CADET MESS FURNITURE REPAIR
- Notice Date
- 12/28/2012
- Notice Type
- Sources Sought
- NAICS
- 811420
— Reupholstery and Furniture Repair
- Contracting Office
- MICC - West Point, Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place, West Point, NY 10996-1514
- ZIP Code
- 10996-1514
- Solicitation Number
- W911SD-13-T-0070
- Response Due
- 1/11/2013
- Archive Date
- 2/26/2013
- Point of Contact
- Dominick Belfiore, 845-938-5113
- E-Mail Address
-
MICC - West Point
(dominick.belfiore@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Military Academy at West Point is looking for sources that can provide repair services for furniture in the cadet mess hall. Specifications are as follows: If you can meet these specifications, please email a capabilities statement along with any Small Business Association (SBA) representations (ie: 8a, SDVOB, etc) to dominick.belfiore@us.army.mil no later than the response date of 4pm EST on 1/11/2013. 1.0 GENERAL DESCRIPTION: The Contractor shall furnish all the necessary labor, equipment, and materials to repair Cadet Mess furniture. Items are listed in Attachment #1. 1.1 The Contractor shall provide the managerial, administrative, supervisory, direct and overhead personnel, supplies, and equipment as necessary to accomplish all furniture repairs on a fixed price basis. The Contractor shall provide safety shoes, respirators, hearing protections to all employees requiring Personal Protective Equipment (PPE). 1.2 The Government shall provide an area in the vicinity of the Cadet Mess for the contractor to perform repairs on Cadet Mess furniture. 1.3 Contractor shall comply with security requirements imposed by the local installation at all times while on the military installation. Contractor shall abide by all federal, state and local laws while engaged in the performance of operations associated with this contract. The contractor shall be knowledgeable of state/federal environmental regulations. 1.4 On the first day of contract performance, the Contractor shall provide the KO or designated representative with a list of all employees who shall perform work under this contract. The Contractor shall notify the KO or designated representative, in writing, of any addition or deletion within five (5) working days of such change. 1.5 The Contractor shall conduct inspections in accordance with its Quality System/Plan to assure that the service operations performed by them, or by a subcontractor, are accomplished economically and in accordance with the standards set forth in this contract. The Contractor shall establish and implement a complete quality control program that identifies potential and actual problem areas in providing requirements of the contract as specified and result in corrective action throughout the life of the contract. 1.6 The Government will monitor the Contractor's performance under this contract using the quality assurance (QA) procedures specified in Sampling Guide #1. 1.7 GOVERNMENT HOLIDAYS: (which affect the on-site work schedule) See below, however, for VOCM, Columbus Day is a normal academic day. The Government will notify the Contractor seven (7) days prior to need. All others areas may be closed. New Year's Day, January 1Labor Day, 1st Monday in September Martin Luther King Jr.'s Birthday, 3rdColumbus Day, 2nd Monday in October Monday in JanuaryVeteran's Day, November 11 Presidents Day, 3rd Monday in FebruaryThanksgiving Day, 4th Thursday in Memorial Day, last Monday in MayNovember Independence Day, July 4Christmas Day, December 25 1.8 Inventory procedures for property accountability will be in accordance with ARs 710-2 and 735-5, the FAR and all other applicable regulations and publications. 2.0 SPECIFIC TASKS FOR REPAIR/MAINTENANCE: Services required include, but are not limited to: inspection, repair, sanding, priming, resurfacing, varnishing, painting, and replacement of components and parts. 2.1 Prior to performing a repair action, the contractor shall inspect the furniture to determine if repairs will render item uneconomically repairable. 2.2 Attachment #1 contains the anticipated yearly workload requirement. The yearly workload may vary as much as +/- 300 productive maintenance man-hours without a contract modification.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/69214ccb276e1ed460fe638a6c775d55)
- Place of Performance
- Address: MICC - West Point Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place West Point NY
- Zip Code: 10996-1514
- Zip Code: 10996-1514
- Record
- SN02956593-W 20121230/121228233751-69214ccb276e1ed460fe638a6c775d55 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |