Paint Exteriors of warehouses
ID: SP3300-16-B-0016Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA DISTRIBUTIONNEW CUMBERLAND, PA, 17070-5008, USA

PSC

MAINT, REPAIR, ALTER REAL PROPERTY (Z)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    Presolicitation DEPT OF DEFENSE is seeking a contractor to paint the exteriors of warehouses 14, 15, 17, and 18 at DLA Distribution San Joaquin CA (DDJC), Tracy Site, 25600 South Chrisman Rd, Tracy, CA 95304. The project includes repainting various surfaces such as concrete walls, metal piping, gutters, railings, doors, siding, ladders, and more. The contractor must also replace damaged caulking and sealant, abrasive strips on concrete dock stairs, and dispose of lead-based paint if necessary. The work must be completed within 240 calendar days from the Notice to Proceed (NTP) and during regular working hours. This procurement is set aside for small businesses, with a size standard of $15,000,000. The estimated construction effort is between $1,000,000.00 and $5,000,000.00. The Invitation for Bid (IFB) is tentatively scheduled to be issued around July 28, 2016, and a pre-proposal/site visit will be conducted. Prospective offerors must be registered in the System for Award Management (SAM) Database. The lowest responsive, responsible bidder will be awarded the contract.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    MATOC Indefinite Delivery Indefinite Quantity Construction Contract DDJC Tracy, CA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE Defense Logistics Agency is seeking a Multiple Award Indefinite Delivery Indefinite Quantity (ID/IQ) Construction Contract for various construction/building related efforts at DLA Distribution San Joaquin, California (DDJC) Tracy, CA 95304. The contract will have a five-year period of performance and an estimated magnitude of construction over $10 million. The NAICS Code for this procurement is 236220. The solicitation will be issued as a 100% Set-Aside for Small Businesses with a reservation for two Historically Underutilized Business Zone Business (HUBZone). The Government anticipates awarding no more than six contracts. The solicitation will be available on or around April 15, 2024, on the SAM.gov website. All offerors must be registered in the System for Award Management (SAM) Database at http://www.sam.gov.
    Playground Rubberized Resilient Surface Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is seeking bids for the replacement of the rubberized resilient surface at the playground of the Child Development Center located at Defense Distribution Depot San Joaquin in Tracy, California. The project involves the procurement and construction services to replace approximately 7,100 square feet of existing poured-in-place rubberized surfacing, requiring all necessary labor, materials, and equipment to complete the work in accordance with provided specifications and drawings. This opportunity is set aside for small businesses, with a contract value estimated between $250,000 and $500,000, and the Invitation for Bid (IFB) is expected to be issued around July 25, 2024. Interested contractors should direct inquiries to Mogen Gilson at mogen.gilson@dla.mil and ensure they are registered in the System for Award Management (SAM) to be eligible for award consideration.
    Replacement of fire alarm initiating devices and wires
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEFENSE LOGISTICS AGENCY is seeking a contractor to replace fire alarm initiating devices and wires in Building 100, DLA Distribution San Joaquin CA (DDJC), Tracy Site, Tracy CA 95304. The contractor will replace existing Apollo-Series software protocol devices with new Velociti-Series addressable devices, replace conventional initiating circuit copper wiring with new addressable communication cables, replace fire sprinkler flow & tamper switches monitor modules with new Velociti-series addressable devices, replace manual pull stations with new Velociti-series addressable stations, replace smoke, duct & heat detection devices with new Velociti-series addressable devices, provide all device circuit terminations, final connections, testing, labeling, submittals, as-built drawings, test reports, guarantees, closeouts, and programming of all devices. The work must be completed within 120 calendar days from receipt of the Notice to Proceed (NTP). The acquisition is set-aside 100% for Small Business concerns. The NAICS Code for this procurement is 238210. The small business size standard is $15,000,000. The magnitude of this construction effort is between $250,000.00 and $500,000.00. The tentative timeframe for issuance of Invitation for Bid (IFB) SP3300-16-B-0009 is on or around July 30, 2016. Prospective offerors must be registered in the System for Award Management (SAM) Database at http://www.sam.gov.
    Construction Requirements Contract
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE Defense Logistics Agency is seeking a Construction Requirements Contract for the repair or alteration of other warehouse buildings at DLA Distribution Susquehanna (DDSP), New Cumberland and Mechanicsburg PA Sites. The contract will be a five-year multiple award Indefinite Delivery Indefinite Quantity (ID/IQ) contract with a total combined contract value of $45,000,000. The work will include various construction/building related efforts such as industrial, recreational, general, alteration, maintenance, repair, design/build, and new projects. The contract will be set aside for small businesses, with reservations for Women Owned Small Business (WOSB), Service-Disabled Veteran Owned Business (SDVOSB), and Historically Underutilized Business Zone Business (HUBZone). The solicitation is expected to be issued on or around April 15, 2024, and the contract ordering period is anticipated to be from August 1, 2024, through July 31, 2029. The minimum ordering limitation per task order will be $3,500.00, and the maximum ordering limitation per task order will be $7,000,000.00. Task orders will generally range between $50,000.00 and $300,000.00. Prospective offerors must be registered in the System for Award Management (SAM) Database at http://www.sam.gov to be considered for award.
    Controlled Temperature Storage
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is seeking bids for the construction of a controlled temperature storage room at the Defense Distribution Depot San Joaquin in Tracy, California. The project requires contractors to provide all necessary labor, materials, and equipment to install a new temperature-controlled storage facility, including insulation, lighting, HVAC, and fire protection systems. This procurement is crucial for maintaining the integrity of sensitive materials stored at the facility and is set aside exclusively for Women Owned Small Business concerns, with a contract value estimated between $500,000 and $1 million. Interested bidders must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by the specified deadlines, and any inquiries should be directed to Mogen Gilson at mogen.gilson@dla.mil.
    USACE SPK DBB Construction – DLA SIAD Improvements, Repairs, and Fencing Canopy – Sierra Army Depot, Herlong, CA
    Active
    Dept Of Defense
    The Department of Defense, through the United States Army Corps of Engineers (USACE) Sacramento District, is seeking small business firms for a potential design-bid-build (DBB) construction project aimed at improving and repairing the Defense Logistics Agency (DLA) Disposition Services facility at Sierra Army Depot in Herlong, California. The project scope includes extensive renovations of existing pre-engineered metal buildings, site improvements, and the installation of new systems, with an estimated construction timeline of 730 calendar days. The anticipated contract value ranges between $10 million and $25 million, with a firm-fixed-price solicitation expected around November 2024 and an award projected for February 2025. Interested contractors are encouraged to submit capability statements to Constantinos Laliotitis at constantinos.laliotitis@usace.army.mil by 11:00 a.m. PDT on September 30, 2024.
    San Joaquin Hazardous Waste Removal and Disposal
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified contractors for the San Joaquin Hazardous Waste Removal and Disposal project. This opportunity involves the removal, transportation, and disposal of various hazardous wastes, including RCRA hazardous wastes, non-RCRA wastes, and other regulated materials from military installations within a 50-mile radius of specified pickup locations. The selected contractor will be responsible for ensuring compliance with all applicable laws and regulations while providing necessary personnel, equipment, and documentation for the project. Interested firms must submit a capabilities statement by 5:00 p.m. EST on September 12, 2024, to Denna Crandall at Denna.Crandall@dla.mil, with a copy to hazardouscontractswest@dla.mil, clearly indicating "SOURCES SOUGHT San Joaquin" in the subject line.
    Concrete Pad at Fresno 1106th AVCRAD
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the construction of a concrete pad at the Fresno AVCRAD facility located at 5168 East Dakota Avenue, California. The project involves the installation of approximately 5,460 square feet of 3000 psi Portland Cement Concrete over a 5-inch aggregate base, with a performance period of 270 calendar days from the notice to proceed. This initiative is crucial for enhancing military infrastructure and operational efficiency, reflecting the government's commitment to supporting small businesses through a Total Small Business Set-Aside. Interested contractors must submit their quotes via email by the specified deadline, with an estimated project cost ranging between $100,000 and $250,000. For further inquiries, contact Jackson Woods at jackson.c.woods.civ@army.mil or Paul Ochs at paul.n.ochs.mil@army.mil.
    Z--Indefinite Delivery / Indefinite Quantity (IDIQ) Regional Painting and Wall Covering contract for the Hampton Roads, Virginia, Area of Responsibility
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking eligible 8(a) firms for an Indefinite Delivery / Indefinite Quantity (IDIQ) Regional Painting and Wall Covering contract for the Hampton Roads, Virginia, Area of Responsibility. The contract includes interior and exterior painting, vinyl wall covering removal and installation, sandblasting, water blasting, lead base paint abatement, and other maintenance repairs and preparations associated with painting and wall covering. The work is located in various naval bases and facilities in the Hampton Roads Area of Virginia. The estimated performance period is five years with a total estimated cost between $10,000,000 to $25,000,000. The solicitation will be available on or about 30 November 2018. Contractors must be registered in the System for Award Management (SAM) database.
    Paint Rooms In Modular Office B-49
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to repaint the interior of Modular Building B-49 at Robins Air Force Base in Georgia. This project involves comprehensive services including surface preparation, cleaning, repairing, priming, and painting of eight office spaces totaling 4,800 square feet, with a completion timeline of 45 calendar days post-award. The initiative is crucial for transforming the facility into functional office space for the 561st AMXS F-15 Planners, ensuring compliance with safety and environmental standards throughout the process. Interested small businesses are encouraged to contact Latonya Jackson at latonya.jackson.1@us.af.mil or Lasonia Anderson at lasonia.anderson@us.af.mil for further details, and a site visit must be scheduled before the solicitation cut-off time.