SOURCES SOUGHT
Z -- Climbing Tower Maintenance and Restoration
- Notice Date
- 9/5/2025 3:55:54 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W6QM MICC-FT CARSON FORT CARSON CO 80913-5198 USA
- ZIP Code
- 80913-5198
- Solicitation Number
- W911RZClimbingTowermaintenanceandRestoration
- Response Due
- 9/9/2025 8:00:00 AM
- Archive Date
- 09/24/2025
- Point of Contact
- Julia Gomez
- E-Mail Address
-
julia.e.gomez.civ@army.mil
(julia.e.gomez.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A SOURCES SOUGHT NOTICE REQUESTING INFORMATION IN SUPPORT OF THE FOLLOWING REQUIREMENT. This is NOT a Request for Proposal (RFP) or an announcement of a forthcoming solicitation. The Government is seeking information concerning the availability of capable contractors to provide: All resources and materials needed to execute climbing renovations and modifications. The contractor will warranty all work one year from date of completion and closeout. It will be the responsibility of the contractor to procure all materials, coordinate manpower, and conduct scheduling to ensure a timely completion per the agreed upon call order period of performance. Period of Performance: 30 September 2025- 31 March 2026 5.1 Basic Services. The Contractor shall provide services for all waste management ensuring it is properly disposed of off-site. The Contractor will always maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. The contractor will regrout and repaint structural steel base plates. The contractor will clean and repaint all panel rebar hooks. The contractor will replace all missing, worn, or unserviceable t-nuts and corresponding anchor points. The contractor will remove and repair all loose and delaminated concrete. The contractor will patch all cracks properly routing out to ensure a clean and durable bond. The contractor will paint and seal all repair areas identified (any abnormality in the climbing wall and/or structure as compared to original or intended state). The contractor will patch and seal the top of the structure to cover exposed substructure and reduce water intrusion. The contractor will repaint and seal the entire climbing wall. The contractor will repaint and seal all portions of the primary steel structure with signs of flaking, corrosion, or damage. Corrosion, cracks, and/or other abnormalities will be identified, removed, and structurally reinforced with appropriate welding and or fastening. The contractor will scour and seal the existing concrete with textured sealant. The contractor will adjust and orient all top rope and lead bolt hangars. A load test will be performed to support intensive training loads and a safe and maximum load capacity reports will be generated for all existing anchor points. The contractor will have the appropriate experience and credentialling to conduct climbing wall repairs of this scale. Lack of appropriate experience and/or credentialing will result in immediate termination. It will be the responsibility of the contractor to procure all materials, coordinate manpower, and conduct scheduling to ensure a timely completion per the agreed upon period of performance. The contractor, subcontractors, and all personnel associated with the project must have the appropriate access to Fort Carson and appropriate climbing wall restoration experience and/or credentialing. No contract will be awarded from this announcement. This source sought notice should not be construed as a commitment or authorization to incur costs in anticipation of such a procurement. MICC Fort Carson is interested in obtaining responses from prospective contractors, but no contractor will be reimbursed for providing this information, therefore MICC-Ft. Carson will accept the requested information in whatever format it is provided. All information provided shall become property of the U.S. Army and will not be returned. Responses are requested by 0900 AM Mountain Standard Time on September 09, 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/df7e9f06c0a148c3a33611cad87a661e/view)
- Place of Performance
- Address: Colorado Springs, CO, USA
- Country: USA
- Country: USA
- Record
- SN07580717-F 20250907/250905230048 (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 |