DSCR Building 66-D Awning Repaint & Bird Netting Project
ID: SP470325Q0063Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO RICHMOND DIVISION #1RICHMOND, VA, 23237, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER WAREHOUSE BUILDINGS (Z2GZ)

Set Aside

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

    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the DSCR Building 66-D Awning Repaint & Bird Netting Project, aimed at addressing health and safety hazards caused by accumulated bird waste and deteriorating awnings. The project involves thorough cleaning, repainting, resealing of awnings, and the installation of bird netting, with a strict completion timeline of 90 days from the notice to proceed. This opportunity is set aside for small businesses, with an estimated contract value between $150,000 and $200,000, and requires contractors to have a bona fide business location within 120 miles of the Defense Supply Center Richmond. Interested parties must submit their proposals by COB on August 27, 2025, and can direct inquiries to Robert Moragues at robert.moragues@dla.mil or Kyle Gregory at Kyle.Gregory@dla.mil.

    Point(s) of Contact
    Robert Moragues
    (804) 279-5309
    (804) 279-3246
    robert.moragues@dla.mil
    Kyle Gregory, Contracting Officer
    (804) 980-6388
    Kyle.Gregory@dla.mil
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the repainting and installation of bird netting at Building 66 D bay of the Defense Supply Center Richmond. The primary objectives include cleaning the building awnings, repainting them, and installing bird netting to mitigate health hazards associated with accumulated bird waste. The project requires contractors to have a minimum of five years of relevant experience and specifies technical details, such as caulking repairs, surface preparation, and specific paint products. The contract stipulates a strict 90-day completion timeline, with project execution divided into two phases where at least two bays must remain operational at all times. Detailed proposals must demonstrate technical competence and include required documentation. Compliance with safety and environmental regulations is emphasized throughout, with mandates for quality control, daily reports, and regular inspections to ensure project standards are met. The document also mandates adherence to security protocols for accessing the facility and includes instructions for contractor qualifications, required forms, and administrative procedures. By prioritizing project specifications, regulatory compliance, and safety measures, the RFP aims to achieve a successful implementation while safeguarding personnel and operations.
    The document comprises a Request for Proposal (RFP) for a construction project at the Defense Supply Center Richmond (DSCR) involving the repainting of awnings and installation of bird netting. This project is a firm-fixed price contract with an estimated value between $150,000 and $200,000, specifically set aside for small businesses. The timeline for project completion is set at 90 days post-award, with potential contractors required to possess a bona fide business location within 120 miles of the DSCR. Key tasks include thorough cleaning, repainting, resealing awnings, and the installation of bird netting to mitigate health and safety hazards caused by accumulated bird waste. Additionally, protocols for site visits, submission deadlines for questions, and proposals are clarified, with particular attention to environmental safety measures, such as preventing debris from entering storm drains. The evaluation for bids will be based on a Lowest Price Technically Acceptable basis, emphasizing the importance of providing complete and relevant documentation to ensure compliance with the project’s specifications. This RFP underscores the government's commitment to enhancing facility maintenance while supporting small business participation in federal contracting opportunities.
    The document outlines the General Decision Number VA20250017 pertaining to wage determinations for building construction projects in Chesterfield County, Virginia, effective March 28, 2025. It specifically addresses the contracts subject to the Davis-Bacon Act, which mandates minimum wage rates under Executive Orders 14026 and 13658. It specifies that contracts awarded on or after January 30, 2022, require a minimum wage of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, necessitate a minimum wage of $13.30 per hour. The document details classifications and corresponding wage rates for various construction trades, including asbestos workers, boilermakers, electricians, and laborers, among others. It highlights the obligation for contractors to submit conformance requests for any classifications not listed in the wage determination. Additionally, it provides guidelines for the appeals process concerning wage determinations. This document serves as a crucial resource for contractors participating in federally-funded projects, ensuring compliance with wage standards and worker protections mandated by federal law.
    Similar Opportunities
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Industrial Carpenter Services
    Buyer not available
    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.
    BEJ Maintenance Compound Roof Replacements
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake roof replacement work at the BEJ Maintenance Compound in Moncure, North Carolina. The project involves the removal of existing corrugated metal roofs from two maintenance buildings and the installation of new twenty-four gauge PBR panel roofs along with insulation systems, with a primary focus on Compound Building 1 and an optional item for Compound Building 2. This procurement is part of the government's initiative to engage small businesses in federal construction contracts, with a contract value estimated between $25,000 and $100,000, and a completion timeline of 120 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on or about May 2, 2025; for further inquiries, they may contact Benjamin Rickman or Jenifer Garland via the provided emails.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    PNQS 09-4491 Repair Dining Facility Bldg. 668, Maxwell AFB, AL (Solicitation Amendment 0001)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Dining Facility Building 668 at Maxwell Air Force Base in Alabama. The project involves comprehensive renovations, including interior alterations, hazardous material abatement, and the installation of new systems, with a total estimated value between $5,000,000 and $10,000,000. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 640 calendar days, divided into procurement and construction phases. Interested contractors should direct inquiries to SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or Marc Engel at marc.engel@us.af.mil, and proposals are due by December 10, 2025.
    AIRCRAFT, STRATOLIFTER, C/KC-135; PANEL, STRUCTURAL, AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of structural panels for the C/KC-135 Stratolifter aircraft. This opportunity is specifically for an Indefinite Quantity Contract with a total ordering period of five years, during which an estimated annual quantity of 10 units is required, with a delivery schedule of 365 days for production. The goods are critical for maintaining the operational capabilities of military aircraft, and the procurement is set aside exclusively for small businesses, emphasizing the government's commitment to supporting small enterprises. Interested vendors must submit their proposals by fax and are encouraged to access the solicitation documents via the DLA Internet Bid Board System, with the issue date anticipated around December 6, 2025. For further inquiries, potential offerors can contact Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388.
    183 CES Paint Munitions Buildings 143 & 154
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking a contractor to provide painting services for Munitions Buildings 143 and 154 located in Springfield, Illinois. The project aims to address widespread corrosion on the exterior of both buildings, requiring the contractor to supply all necessary materials, labor, and equipment to prepare, clean, and paint the buildings, including applying two final coats of paint. This contract is set aside entirely for small businesses, with a total estimated value of less than $25,000, and is expected to be awarded within a 30-day period following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register in the System for Award Management (SAM) to participate, with the solicitation anticipated to be issued in early May 2025.
    Synopsis: Multiple FSCs supporting various weapon systems, Competitive Strategic Contract – Aircraft Structural Components Project – Option Add Group
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation is seeking qualified small businesses to support the Aircraft Structural Components Project through a competitive strategic contract. This procurement involves the supply of various aircraft parts classified under Federal Supply Class (FSC) codes 1560, 1660, and 1680, along with associated services such as inventory management, forecasting, and engineering maintenance. The items required are critical for maintaining operational readiness within the aviation supply chain, as detailed in the attached list of National Item Identification Numbers (NIINs) and their corresponding FSC codes. Interested parties should contact Andrew Sagadraca at andrew.sagadraca@dla.mil or by phone at 804-279-1533 for further information, as a Letter Solicitation is anticipated following the presolicitation period.
    EM-DTOS Bldg Roof Replacement Project
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the EM-DTOS Building Roof Replacement Project located in Old Hickory, Tennessee. This project is a Total Small Business Set-Aside firm-fixed-price construction contract, with an estimated value between $25,000 and $100,000, aimed at replacing the roof of the EM-DTOS building, which is crucial for maintaining the facility's operational integrity. Interested contractors must be registered in SAM and are required to submit their quotes by December 12, 2025, at 2:00 PM Central Time, following a site visit scheduled for December 3, 2025. For further inquiries, potential bidders can contact Kenyanna Jennings at kenyanna.l.jennings@usace.army.mil or Alison Abernathy at alison.t.abernathy@usace.army.mil.
    FTC CSO DoDEA Roof and RTU Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the FTC CSO DoDEA Roof and RTU Replacement project at Fort Campbell, Kentucky. This project involves the design and construction of roof and rooftop unit (RTU) replacements, with a base bid and several optional enhancements, including new HVAC controls and a lightning protection system. The work is part of the National Roofing Program and is crucial for maintaining the integrity and functionality of military facilities. Proposals are due by December 12, 2025, at 1:00 PM ET, and interested contractors should direct inquiries to Thomas Nauert or Joshua Westgate via email. The estimated project cost ranges from $1,000,000 to $5,000,000, with awards based on the lowest total price.