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
    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
    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.
    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.
    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.
    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
    25--WINDOW,VEHICULAR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of vehicular windows, specifically NSN 2510015683869. The solicitation includes two lines: the first for 544 units to be delivered within 381 days, and the second for 1 unit to be delivered within 60 days. These components are critical for maintaining vehicular equipment, ensuring operational readiness for military applications. Interested small businesses are encouraged to submit their quotes electronically, with inquiries directed to the buyer via email at DibbsBSM@dla.mil, as all responsible sources may participate in this total small business set-aside opportunity.
    20--WINDOW,MARINE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of marine windows, specifically NSN 2040200093235, under a Combined Synopsis/Solicitation notice. The requirement includes a quantity of five units to be delivered to DLA Distribution Puget Sound within 147 days after order placement, with the approved source being 35076 862151. These marine windows are critical components for various naval applications, ensuring operational readiness and safety at sea. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    20--WINDOW,MARINE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 17 marine windows, identified by NSN 2090014346517. This solicitation is a source-controlled drawing item, and interested vendors must meet the specifications outlined in the associated drawing, with approved sources listed as 21204 CC-1522-0110 and 21204 KS-24726-001. The items are critical for ship and marine equipment applications, emphasizing the importance of quality and compliance with military standards. Quotes must be submitted electronically, and any inquiries should be directed to the primary contact at DibbsBSM@dla.mil, with a delivery deadline set for 225 days after order acknowledgment.
    Industrial Carpenter Services
    Dept Of Defense
    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.
    Windows and Heat Controllers
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP), is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of marine windows and heat controllers, specifically part numbers KC-LPD-017-03 and KC-LPD-017-HC. This procurement is a sole-source, firm-fixed-price contract, emphasizing the importance of these components for naval operations and ensuring compliance with federal regulations. Interested contractors must be registered in the System for Award Management (SAM) and are required to submit their proposals by December 15, 2025, at 10:00 AM, with a delivery date set for April 6, 2026. For further inquiries, offerors can contact Sara Robinson at sara.e.robinson19.civ@us.navy.mil or Lily Nguyen at lily.nguyen@navy.mil.
    Waterline Repair at DSCR - U&C
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking contractors to perform waterline repair services at the Defense Supply Center Richmond (DSCR) in Virginia. The primary objective of this procurement is to address and repair a broken waterline located underground at the facility. This repair is crucial for maintaining the operational integrity of the center's infrastructure and ensuring the continued availability of essential services. Interested contractors can reach out to Heesun Redmond at Heesun.Redmond@dla.mil or call 804-279-2921 for further details regarding the procurement process.
    Bldg 1023 cabinets & Rollup Doors
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the installation of cabinets and roll-up doors at Building 1023, located at Camp Lejeune, North Carolina. This project is restricted to specific contractors under the Maintenance and Repair Multiple Award Construction Contract (M&R MACC) and requires adherence to detailed specifications and environmental compliance guidelines. The estimated cost for this project ranges from $25,000 to $100,000, with a completion period of 180 days, and proposals are due by December 31, 2025, at 12 PM EST. Interested contractors should direct inquiries to Donna Mason at donna.l.mason31.civ@us.navy.mil or call 910-451-2582 for further information.
    53--SEAL,PLAIN ENCASED
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of NSN 5330-01-433-8443, a plain encased seal, under a Combined Synopsis/Solicitation notice. The contract will involve an Indefinite Delivery Contract (IDC) with an estimated delivery of 311 units, with a guaranteed minimum quantity of 46, to be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). This procurement is crucial for maintaining operational readiness and ensuring the availability of essential sealing devices used in various defense applications. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The contract is set aside for small businesses, with a total funding cap of $350,000 and an expected contract duration of one year.
    53--SEAL,PLAIN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 480 units of a plain seal (NSN 5330-01-657-3037). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and a guaranteed minimum quantity of 72 units. The seals are critical components used in various military applications, 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 DLA at DibbsBSM@dla.mil, with the solicitation details available on the DLA's website.
    MCSC Window Screen Replacement
    Dept Of Defense
    The Department of Defense, through the Marine Corps Systems Command (MARCORSYSCOM), is seeking sources for the replacement of window screens and screen frames at its facilities located at Hospital Point, Quantico, Virginia. The procurement involves approximately 1,123 durable, weather-resistant window screens that must provide good airflow, visibility, and security features, with the aim of enhancing the functionality and safety of the buildings. Interested parties are required to submit capability summaries, past experience, and estimated schedules for manufacturing, delivery, and installation by January 22, 2026, with an Industry Day tentatively planned for Q3 FY 2026 for selected firms to assess site conditions. For further inquiries, respondents may contact Christele Gatoro at christele.gatoro.civ@usmc.mil or Mark R. Sanderson at mark.sanderson@usmc.mil.