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 (DLA) is seeking 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 both 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 million. 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 January 9, 2026, and must include five specific volumes for evaluation, with a site visit scheduled for November 20, 2025. Interested parties can 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
    Dept Of Defense
    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.
    Tech & Info Tailored Logistics Support Program
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the Technology & Information Tailored Logistics Support Program (Tech & Info TLSP) under Solicitation Number SPE8EG-24-R-0001. This procurement aims to provide a range of technology and information-related products and incidental services to military commands, federal agencies, and other authorized DLA customers worldwide, with a focus on commercial products including advanced manufacturing and communication equipment. The contract will be structured as multiple Indefinite Delivery, Indefinite Quantity (IDIQ) awards over a seven-year term, with an estimated total value of $7.3 billion and a maximum ceiling of $11 billion. Interested parties must submit their proposals via DIBBS by January 14, 2026, and can contact Tiffany McFadden at tiffany.mcfadden@dla.mil for further information.
    Carrier Drive Assembly
    Dept Of Defense
    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.
    DLA Commercial Solutions Opening (CSO) FY2026
    Dept Of Defense
    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.
    DLA MedSurg Prime Vendor Gen VI
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for the Medical Surgical Prime Vendor (Med/Surg PV) Program, which aims to provide medical and surgical supplies across three Global Regions: North, South, and West. This procurement involves awarding Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for both Primary and Backup vendors, facilitating the delivery of a wide range of commercially available medical supplies to various military and federal healthcare facilities. The program is crucial for ensuring that Medical Treatment Facilities (MTFs) and operational customers have timely access to essential medical products, thereby supporting military readiness and healthcare operations. Interested vendors must submit their proposals electronically via the DLA Internet Bid Board System (DIBBS) by January 8, 2026, at 3:00 PM Local Philadelphia Time, and can direct inquiries to Beatrice Lopez-Pollard at beatrice.lopez-pollard@dla.mil or Joshua Tankel at Joshua.Tankel@dla.mil.
    Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contracts for Leasing Multi-Functional Devices (MFDs) for Navy Marine Corps Intranet (NMCI)
    Dept Of Defense
    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, including installation, maintenance, training, and network security services, for a period of up to 60 months at a flat rate. These devices are crucial for ensuring efficient operations within the Department of the Navy, adhering to strict compliance and security standards. Interested companies must submit a capabilities package by December 22, 2025, and direct any questions by November 14, 2025, to the designated contacts, Matthew O’Brien and Jennifer DeWease, via their provided emails.
    Vehicles Parts
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for an Indefinite Quantity Contract for various vehicle parts, specifically under solicitation number SPE7LX25R0078. The contract aims to provide DLA Direct replenishment coverage in support of military depots, with a base period of three years and two optional one-year extensions, totaling a potential five-year duration. The procurement includes multiple National Stock Numbers (NSNs) for parts kits and components essential for military vehicle maintenance, emphasizing the importance of these supplies for operational readiness. Interested small businesses are encouraged to participate, with a minimum annual small business participation requirement of 3% of the total contract value, and should contact Matthew Stein at Matthew.Stein@dla.mil or (445) 737-2692 for further details. The solicitation will be available online starting December 22, 2025.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Dept Of Defense
    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.
    SPRRA225R0002 MLRS SPARES
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of MLRS spares under solicitation SPRRA225R0002, with a focus on firm fixed-price supply contracts. This procurement is critical for maintaining the operational readiness of the U.S. Army's missile systems, ensuring that necessary components are available for effective defense operations. The proposal due date has been extended to January 19, 2026, at 5:00 PM, allowing potential offerors additional time to prepare their submissions. Interested parties should contact Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil for further information regarding the solicitation and its requirements.
    Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contracts for Leasing Multi-Functional Devices (MFDs) for CONUS and Non-Foreign OCONUS DLA Customers
    Dept Of Defense
    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 provide associated services for DLA customers within the Contiguous United States (CONUS) and non-foreign Outside of the Contiguous United States (OCONUS). The procurement aims to secure MFDs, accessories, maintenance, training, and network services at a flat rate for up to 60 months, with a focus on compliance with stringent security requirements and operational capabilities. Interested companies must submit a capabilities package by January 15, 2026, detailing their qualifications, business size, and relevant experience, while questions regarding the draft Performance Work Statement (PWS) are due by November 13, 2025. For further inquiries, contact Matthew O’Brien at matthew.obrien@dla.mil or Jennifer DeWease at jennifer.dewease@dla.mil.