Controlled Temperature Storage
ID: SP330024B0010Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER WAREHOUSE BUILDINGS (Z2GZ)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is soliciting bids for the construction of a controlled temperature storage room at the Defense Distribution Depot San Joaquin in Tracy, California. The project requires the contractor to provide all necessary labor, materials, and equipment to install a new temperature-controlled storage facility, complete with insulation, lighting, HVAC, and fire protection systems. This initiative is crucial for maintaining the integrity of sensitive materials stored within the facility. Interested vendors must submit their bids electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with the lowest responsive bid currently recorded at $948,722.00 from MX Construction, Inc. The deadline for bid submissions is September 17, 2024, and inquiries can be directed to Mogen P. Gilson at mogen.gilson@dla.mil or Joshua Woodworth at joshua.woodworth@dla.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document outlines the abstract of offers received for the construction project titled "F-35 Controlled Temperature Storage - DDJC," as part of solicitation number SP330024B0010. Issued by DLA Distribution-J7 on August 13, 2024, the bids were opened on September 17, 2024. Two offers were received, one from Reagent World, Inc. and another from MX Construction, Inc. The project involves installing a new temperature-controlled storage room within an existing warehouse, featuring insulation, lighting, HVAC, and fire protection systems. The government estimate for the project lists MX Construction, Inc. as the lowest responsive bidder with a total bid price of $948,722.00, while Reagent World, Inc.'s bid was considered unreasonable and subsequently rejected. Both offers acknowledged one amendment to the solicitation. The document, certifying the bid openings, is signed by Joshua L. Woodworth, confirming the integrity of the bidding process. This procurement process illustrates the government's method of ensuring competitive and transparent contract award procedures for construction services.
    Lifecycle
    Title
    Type
    Solicitation
    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.
    Paint Exteriors of warehouses
    Active
    Dept Of Defense
    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.
    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.
    Electric Power Resiliency - Bldg. 56 at DDJC
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is soliciting bids for the Electric Power Resiliency project at Building 56, Defense Distribution Center (DDJC). The contractor will be responsible for providing all labor, materials, tools, and equipment necessary to install a rooftop solar photovoltaic (PV) system, with a performance period of 450 calendar days following the Notice to Proceed. This project is a total small business set-aside, with an estimated construction magnitude between $1,000,000 and $5,000,000, and the Invitation for Bid (IFB) is expected to be issued around August 2, 2024. Interested vendors must submit their bids electronically via the Procurement Integrated Enterprise Environment (PIEE) and direct any inquiries to Paul Holbert at paul.holbert@dla.mil or Joshua Woodworth at joshua.woodworth@dla.mil.
    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.
    Electric Power Resiliency - Bldg. 16 at DDJC
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is soliciting bids for the Electric Power Resiliency project at Building 16, DDJC. The contractor will be responsible for providing all necessary labor, supervision, materials, tools, and equipment to install a rooftop solar photovoltaic (PV) system, with a performance period of 450 calendar days following the Notice to Proceed. This project is a total small business set-aside, with an estimated construction magnitude between $1,000,000 and $5,000,000, and the Invitation for Bid (IFB) is expected to be issued around August 5, 2024. Interested vendors must submit their bids electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module and are encouraged to direct any inquiries to Paul Holbert at paul.holbert@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.
    LO Walk In Freezer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the purchase and installation of a walk-in freezer at Whiteman Air Force Base in Missouri. The procurement requires a freezer with specific dimensions of 12 feet wide, 4 feet deep, and 8 feet tall, capable of maintaining a temperature of -10 degrees Fahrenheit, with installation to be completed by September 19, 2024. This freezer is essential for storing rolls of chemicals, and the project emphasizes compliance with federal procurement regulations, including health and safety standards. Interested small businesses must submit their bids via email, with questions due by September 16, 2024, and can contact Lt. Joshua Sturgill or SSgt Ryan Hopkin for further information.
    USACE SPK Design Bid Build (DBB) Construction - Defense Logistics Agency (DLA) Lot 4 Open Storage, Hill Air Force Base, Utah.
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking construction services for an open storage facility at Hill Air Force Base, Utah. The facility will consist of asphalt and concrete pavement, loading ramp and dock, administrative office, and site improvements. The estimated construction cost is between $10,000,000 and $25,000,000. Small business firms are encouraged to submit capability statements. The potential requirement may result in a solicitation issued in February 2024, with an estimated completion time of 425 calendar days.
    8145--Climate Controlled Storage Shed for VAMC Las Vegas - Fisher House
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of a climate-controlled storage shed for the Fisher House Suites at the Las Vegas Medical Center. The project requires a specialized container equipped with a 15,000 BTU PTAC unit, heating elements, and a remote programmable thermostat, along with specific interior and exterior finishes to ensure durability and functionality. This procurement is crucial for providing adequate storage solutions that meet the needs of veterans and their families, reflecting the VA's commitment to quality and safety in its facilities. Interested contractors must submit their quotes by September 24, 2024, no later than 12:00 PM PDT, and can direct inquiries to Contract Specialist Jessica I Newman at Jessica.Newman2@va.gov.