DSCR B46 Window Repair
ID: SP4703-25-R-0003Type: Solicitation
Overview

Buyer

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

NAICS

Finish Carpentry Contractors (238350)

PSC

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Oct 28, 2024, 12:00 AM UTC
  2. 2
    Updated Nov 7, 2024, 12:00 AM UTC
  3. 3
    Due Nov 28, 2024, 4:59 AM UTC
Description

The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the repair of windows at the Defense Supply Center Richmond, specifically for building B46. The project involves the removal and replacement of exterior window seals and caulking to prevent water leaks, with a total of approximately 35,000 linear feet of gasket material and 2,000 linear feet of caulking required, all to be completed within a 125-day period following the notice to proceed. This opportunity is set aside exclusively for small businesses under NAICS code 238350, emphasizing the importance of compliance with federal regulations, including wage determinations and safety standards. Interested contractors must submit their proposals by November 27, 2024, and are encouraged to direct inquiries to Nic Mace at Nicholas.Mace@dla.mil or Kyle Gregory at Kyle.Gregory@dla.mil.

Point(s) of Contact
Kyle Gregory, Contracting Officer
(804) 980-6388
Kyle.Gregory@dla.mil
Files
Title
Posted
Nov 7, 2024, 7:48 PM UTC
The document outlines the submission requirements and evaluation criteria for an upcoming government solicitation. It specifies that offers must be submitted in two distinct volumes: Volume I for Technical Submission, which includes an understanding of the Statement of Work (SOW) and documentation of past performance, and Volume II for Pricing, which must include a firm fixed price quotation via the SF 1442 form. Technical submissions should not exceed five pages and must reflect the offeror’s grasp of the project's requirements, with past performance detailing relevant experience and customer satisfaction. The evaluation will hinge on Technical Acceptability and Price, where the government's confidence in the vendor's ability and the reasonableness of the proposed price will be assessed. The document defines two technical ratings—Technically Acceptable and Technically Unacceptable—depending on compliance with the requirements and prior performance records. The document serves as a critical guide for offerors preparing submissions for government contracts, aiming for clarity in expectations and how proposals will be evaluated.
Nov 7, 2024, 7:48 PM UTC
The document outlines a federal request for proposal (RFP) for the Defense Supply Center Richmond, specifically for the construction related to the installation of blast-resistant windows at the DLA Aviation facility. The solicitation number SP4703-25-R-0003 specifies that the contract will be a firm-fixed price, with an expected performance period of 125 days following the notice to proceed and is exclusively reserved for small businesses under the NAICS code 238350. The RFP includes detailed instructions for submission, such as the requirement for sealed offers to be submitted by November 27, 2024. Additionally, responders must be within a 120-mile commutable radius of the facility. The contractor will be judged based on the lowest priced technically acceptable (LPTA) approach, incorporating factors such as past performance. Furthermore, compliance with government regulations, including registration in the System for Award Management (SAM) and adherence to a new visitor screening system for access to the facility, is mandatory. Detailed technical specifications and safety requirements are included in the attached Statement of Work. Overall, the document emphasizes the commitment to enhancing facility security while promoting opportunities for small businesses in federal contracting.
Nov 7, 2024, 7:48 PM UTC
The document outlines the Statement of Work (SOW) for a window repair project at the Defense Supply Center Richmond, specifically building 46. The contractor is tasked with removing and replacing exterior window seals and inspecting and caulking connections to prevent water leaks, which have caused interior damage. The project involves approximately 35,000 linear feet of gasket material and 2,000 linear feet of caulking, including compliance with specific inspection and quality control requirements. A two-year leak warranty is mandated, with proper disposal of all materials off-site. The contractor must be an experienced window repair company with at least five years of documented experience. The timeline for completion is set for a maximum of 125 days from the notice to proceed. Key considerations include adherence to the Buy American Act, proper communication protocols, and security procedures related to access to federal property. Compliance with safety, environmental regulations, and proper risk management is also emphasized. Overall, the SOW aims to ensure a thorough and quality window repair process, adhering to all governmental standards and requirements.
Nov 7, 2024, 7:48 PM UTC
The document outlines the wage determinations for construction contracts in Chesterfield County, Virginia, under the Davis-Bacon Act. It specifies that contractors must pay workers at least the minimum wage determined by federal Executive Orders 14026 and 13658, depending on the contract's award date and terms. For contracts effective from January 30, 2022, workers must earn at least $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour unless otherwise specified. The document details wage rates and fringe benefits for various skilled labor categories, including asbestos workers, boilermakers, electricians, and laborers, among others, reflecting the prevailing rates in the area. Compliance with additional worker protections, such as paid sick leave under Executive Order 13706, is also mandated for federal contracts. The document concludes with guidelines for appealing wage determinations, emphasizing the importance of adhering to labor standards in government-funded construction projects. This information is vital for contractors and subcontractors engaged in federally funded construction efforts to ensure fair compensation and compliance with labor laws.
Lifecycle
Title
Type
DSCR B46 Window Repair
Currently viewing
Solicitation
Presolicitation
Similar Opportunities
DSCR Door IDPO Follow On 2025
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for the "DSCR Door IDPO Follow On 2025" project, which involves door/frame repair and replacement services at the Defense Supply Center Richmond in Virginia. The procurement is set aside for 100% small businesses and will result in a firm-fixed price Indefinite Delivery Purchase Order (IDPO) with a base period of five years, potentially extending until funding is exhausted. This initiative is crucial for maintaining the functionality and safety of government facilities, ensuring that all repairs meet specific standards, including ADA compliance. Interested contractors must submit their quotes by June 6, 2025, and are encouraged to direct inquiries to Brandon Jump at brandon.jump@dla.mil, while adhering to the wage determinations outlined for Chesterfield County, Virginia, effective March 28, 2025.
Replace Clerestory Windows W22 - Defense Distribution Depot San Joaquin, Tracy
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the replacement of clerestory windows at the Defense Distribution Depot San Joaquin in Tracy, California. This project aims to enhance the facility's structural integrity and energy efficiency by installing new windows, which are crucial for maintaining optimal warehouse conditions. The procurement is set aside for small businesses under the SBA guidelines, with a focus on the commercial and institutional building construction industry. Interested bidders should contact Mogen P. Gilson at mogen.gilson@dla.mil or call 717-770-4757 for further details, with the Invitation for Bid (IFB) posted on April 21, 2025, and a synopsis available from March 31, 2025.
CSS 89308 - Replace Doors, Windows, and Vestibule
Buyer not available
The Department of Defense, specifically the Army Contracting Command New Jersey, is seeking a contractor to replace windows, doors, and vestibules in support of the 99th Readiness Division. This procurement will involve a total small business set-aside and requires the contractor to provide all necessary personnel, equipment, supplies, services, and materials as outlined in the forthcoming solicitation and Statement of Work. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, with a size standard of $45 million. The solicitation number W15QKN-25-R-A080 is expected to be posted on PIEE/SAM.GOV around May 9, 2025, and interested parties should monitor the site for updates and the actual due date for proposals. For further inquiries, potential bidders can contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil.
25--WINDOW,VEHICULAR
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of vehicular windows, specifically NSN 2510015748833, under a Total Small Business Set-Aside. The contract will involve an estimated quantity of 53 units, with a potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $250,000, with a guaranteed minimum of 7 units. These vehicular windows are critical components for various military vehicles, and the items will be shipped to multiple DLA depots both within the continental United States and overseas. 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.
25--WINDOW INSTALLATION
Buyer not available
The Defense Logistics Agency (DLA) is seeking quotes for the procurement of window installation components, specifically NSN 2541016264650, as part of a total small business set-aside contract. The procurement includes four line items, with a total quantity of 150 units required for delivery to DLA Distribution Jacksonville within 90 days after the order is placed. These components are critical for vehicular equipment, underscoring their importance in maintaining operational readiness for military vehicles. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
LTC - 2510-015678335
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is preparing to issue a presolicitation for a firm-fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the procurement of National Stock Number (NSN) 2510-015678335, which pertains to vehicular windows. This acquisition is crucial for maintaining the operational readiness of military vehicles, with an estimated annual demand quantity of 721 units, and will include a base period of three years along with two optional one-year periods. Interested small businesses are encouraged to participate in this opportunity, as the solicitation will be set aside for total small business participation, with a projected issue date around April 29, 2025, and a response deadline estimated for May 29, 2025. For further inquiries, potential offerors can contact Marshall Lynn at marshall.lynn@dla.mil or Norma Brookins at Norma.Brookins@dla.mil.
Building Supply
Buyer not available
The Department of Defense, through the Naval Research Laboratory (NRL), is soliciting quotations for the procurement of building supplies necessary for the renovation of Building 222 in Washington, DC. The project specifically targets the upgrade of rooms RMS 254 A-D, requiring various architectural materials such as sound insulation panels, drywall, wood doors, and metal studs, all aimed at enhancing the functionality and efficiency of the workspace. This Total Small Business Set-Aside opportunity emphasizes compliance with federal procurement regulations, requiring vendors to provide new, manufacturer-backed equipment and submit their quotations via email by the specified deadline. Interested parties can contact Sharla Erdmann at sharla.d.erdmann.civ@us.navy.mil or Theresa Macpherson at andrea.l.graves6.civ@us.navy.mil for further details, with the expected delivery timeframe set for November 14, 2024.
20--WINDOW,MARINE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of marine windows, specifically NSN 2090014508615, under a Combined Synopsis/Solicitation notice. The requirement includes a quantity of five units to be delivered to DLA Distribution San Diego within 168 days after order placement, with the approved source being 21204 KS-27155-34 ITEM 1. These marine windows are critical components for various naval applications, ensuring operational readiness and safety. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the primary contact at DibbsBSM@dla.mil.
25--WINDOW,VEHICULAR
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of vehicular windows, specifically NSN 2510016713182, with a requirement for 8 units. This solicitation is part of a combined synopsis/solicitation and aims to fulfill the needs for vehicular equipment components, which are critical for maintaining operational readiness in military vehicles. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received within 168 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
Seal Replacement Parts Kit
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for a Seal Replacement Parts Kit, specifically NSN 2590-016851150. The procurement involves acquiring 12 units of the parts kit, which is critical for maintaining operational readiness, and these will be shipped to San Diego, CA, with a delivery timeline of 400 days. This solicitation is not set aside for small businesses and will follow FAR Part 15 procedures, emphasizing best value evaluation criteria including price, past performance, socioeconomic participation, and delivery. Interested suppliers should submit their proposals via the DIBBS platform or email William Perez at william.perez@dla.mil, with the solicitation expected to be available online around May 15, 2025.