Industrial Carpenter Services
ID: SP4705IndustrialCarpenterServicesType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO-RICHMOND DIVISION #3RICHMOND, VA, 23237, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)
Timeline
    Description

    The Defense Logistics Agency is soliciting proposals for Industrial Carpenter Services to support operations at the Andrew T. McNamara Headquarters Complex. This procurement involves providing comprehensive management, labor, supervision, tools, materials, and equipment necessary for interior and exterior building services, structured as an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with a minimum value of $5,000 and a maximum ceiling of $24,000,000. The contract will span a base year from February 28, 2026, to February 27, 2027, with four additional one-year options, emphasizing the importance of quality and compliance with industry standards. Proposals are due by December 8, 2025, and interested parties should contact Angela Mattox at angela.mattox@dla.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation, SP4705-26-R-2026, issued by the Defense Logistics Agency, is a combined synopsis/solicitation for commercial industrial carpenter maintenance operations support services. It is structured as an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for both construction and services, with an IDIQ minimum of $5,000 and a maximum ceiling of $24,000,000. The period of performance includes a base year from February 28, 2026, to February 27, 2027, and four one-year options. Proposals are due by December 8, 2025, and must include five volumes: Combined Technical/Risk, Past Performance, Price, Representations, and Small Business Subcontracting Plan. Evaluation will prioritize combined technical/risk and past performance over price, with award based on best value. A site visit is scheduled for November 20, 2025.
    This Performance Work Statement (PWS) outlines Industrial Carpenter Maintenance Operations Support Services for the Defense Logistics Agency’s Andrew T. McNamara Headquarters Complex. The contract is a firm-fixed price and covers comprehensive interior and exterior carpentry maintenance, repairs, and minor renovations across 11 buildings totaling over 1.4 million square feet. The PWS details general operations support services, including recurring, preventive, predictive, and miscellaneous maintenance, as well as procedures for handling end-of-life equipment. It also defines specific operations support services such as addressing backlogged items, pre-existing deficiencies, alterations, ADA upgrades, extraordinary services, end-of-life replacements, and latent defects. The document specifies requirements for contractor plans (e.g., Preventive Maintenance, Emergency, Quality Control, Phase-In/Out), personnel licensing and qualifications (e.g., Project Manager, Master Carpenter, Cabinetmaker, Roofer, Framer, Masonry, Drywall Installer/Finisher, Carpet Installer, Painter, Locksmith, Floor Coverer Technician), facility security, Common Access Card procedures, parking, and protection against damage. The high visibility of the facility necessitates maintaining buildings to an industrial level.
    The Defense Logistics Agency Contract Services Office (DCSO) Richmond issued a Sources Sought Notice for market research on Industrial Carpenter Maintenance Operation Support Services, in accordance with Federal Acquisition Regulation Part 10. This is not a Request for Proposal. The DCSO Richmond is seeking industry comments and questions on a draft Performance Work Statement (PWS) by October 10, 2025, at 3:00 pm via email to Angela.Mattox@dla.mil. Submissions should include company information, business size, SAM.Gov Unique Entity ID, NAICS code, facility security clearance level, questions/comments on the PWS, ability to provide specific interior and exterior maintenance services, past performance as a prime or subcontractor, and required transition period. The draft PWS is subject to change, and the information provided is not binding to the Government. This initiative aims to align with commercial practices and gather industry feedback for the upcoming official PWS.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Sources Sought
    Similar Opportunities
    Heavy Equipment Program - Construction Equipment SPE8EC25R0005
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program under solicitation SPE8EC25R0005, which aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial construction equipment and related support. This continuous solicitation, open until January 3, 2035, requires offerors to submit comprehensive proposals that include commercial price lists, discount structures, catalogs, and invoices, with a focus on various types of construction equipment such as wheel loaders, backhoe loaders, and motor graders. The awarded contracts will facilitate the procurement of essential construction equipment for military and defense operations, ensuring a reliable supply chain for critical projects. Interested vendors must submit their proposals by January 3, 2035, at 4:00 PM EST, and can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    Heavy Equipment Program - Cranes SPE8EC25R0004
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program, specifically for various types of cranes under solicitation SPE8EC25R0004. This continuous solicitation aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial cranes and associated support services for the U.S. Military and other authorized customers, with a focus on ensuring fair and reasonable pricing. The procurement encompasses a wide range of crane types, including all-terrain, rough terrain, and tower cranes, which are critical for military operations and logistics. Interested vendors must submit their proposals by December 18, 2034, with an initial closing date of December 18, 2025, and can contact Angela Beschner or Robert F. Spadaro, Jr. via email for further information.
    Two Phase Design Build IDIQ MATOC in Support of the Western Region
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a Two Phase Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) to support the Defense Health Agency (DHA) program in the Western Region of the United States. This procurement aims to provide design-build and repair services for military healthcare and research laboratory facilities, focusing on architectural, mechanical, electrical, instrumentation, security, and safety areas, with a total contract capacity of $249 million. The project is crucial for ensuring timely and cost-effective responses to the repair and minor construction needs of DHA medical facilities across states including Alaska, California, and Colorado. Interested contractors must register in the System for Award Management (SAM) and monitor the Procurement Integrated Enterprise Environment (PIEE) website for the solicitation, which is expected to be posted around November 20, 2025. For further inquiries, potential bidders can contact LaRhonda Archie at larhonda.m.archie@usace.army.mil.
    Carrier Drive Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically part number 014499-505 from Meggitt Defense Systems, Inc. This procurement is restricted to approved sources or distributors and includes a guaranteed minimum quantity of 14 units and a maximum of 288 units, with deliveries required at the Red River Army Depot in Texarkana, TX, within 625 calendar days after the order date. Interested offerors must submit their proposals electronically by January 20, 2026, and are encouraged to check the SAM.gov website for updates; for inquiries, they may contact Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.
    28--HOUSING ASSEMBLY,VA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Housing Assembly, VA, under solicitation number NSN 2815011799763. The requirement includes a quantity of 9 units, with delivery expected within 98 days after order placement, and the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $250,000. This procurement is critical for maintaining operational readiness, as the items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contracts for Leasing Multi-Functional Devices (MFDs) for Navy Marine Corps Intranet (NMCI)
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking qualified sources for Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contracts to lease Multi-Functional Devices (MFDs) and associated services for the Navy Marine Corps Intranet (NMCI). The procurement aims to provide MFDs, accessories, and office document devices, along with installation, maintenance, training, and network security services for a period of up to 60 months at a flat rate. These contracts are crucial for ensuring efficient document management and operational support within the Department of the Navy. Interested companies must submit a capabilities package by December 12, 2025, and direct any questions by November 14, 2025, to the designated contacts, Matthew O’Brien and Jennifer DeWease, via their provided emails.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    25--HOUSING,PANEL,VEHIC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 41 units of the Housing, Panel, Vehicle (NSN 2510015584816). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of six. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components in supporting military vehicle operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's website.
    DLA Commercial Solutions Opening (CSO) FY2026
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting a Commercial Solutions Opening (CSO) for the fiscal year 2026, inviting proposals for innovative solutions to enhance its logistics support activities. The primary objective is to solicit Solution Briefs that address various Areas of Interest (AOIs), particularly focusing on developing Engineering Support Activities (ESA) approvable Level 3 Technical Data Packages (TDPs) for hard-to-procure or non-procurable parts, which are critical for maintaining the readiness of military services and other authorized customers. Interested offerors must submit unclassified Solution Briefs by March 13, 2026, using the provided template, and are encouraged to frequently check for updates on the AOIs. For inquiries, contact Thomas J. Walsh at Thomas.walsh@dla.mil or Lauren Runowski at Lauren.Runowski@dla.mil; please note that no funding is available for proposal submissions, as funds will only be disbursed after a signed contract.
    47 – IDC for Couplings and Hose Assemblies
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified suppliers for an Indefinite Delivery Contract (IDC) for couplings and hose assemblies, with a focus on fabricated pipe and pipe fitting manufacturing. This procurement aims to secure a long-term supply of various hose assemblies, nonmetallic hoses, and quick-disconnect couplings, which are critical components for fluid transfer and connection in military applications. The solicitation is expected to be available on or around December 8, 2025, and will include detailed specifications and approved sources for the required items, with a total contract duration not exceeding three years. Interested suppliers should contact Tracy Roberts at Tracy.Roberts@dla.mil for further information and ensure compliance with export control regulations as outlined in the solicitation.