DSCR B46 Window Repair
ID: SP4703-25-R-0003Type: Presolicitation
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 10, 2024, 12:00 AM UTC
  2. 2
    Updated Oct 10, 2024, 12:00 AM UTC
  3. 3
    Due Oct 25, 2024, 3:59 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
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
Solicitation
DSCR B46 Window Repair
Currently viewing
Presolicitation
Similar Opportunities
2541 - WINDOW INSTALLATION
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals from qualified small businesses for a contract involving the installation of windows, identified by NSN 2541-01-626-4650. The procurement requires the delivery of 500 kits within 420 days, adhering to stringent quality control standards and compliance with military specifications, including serialization and traceability requirements. This contract is critical for supporting military operations with high-quality vehicular equipment, and interested parties must possess the necessary certifications to access export-controlled data. Proposals are to be submitted via the DLA Internet Bid Board Site (DIBBS) or by email to Jacob McGee at jacob.mcgee@dla.mil, with the solicitation expected to be published on or about April 17, 2025.
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 15 marine windows under the solicitation titled "20--WINDOW,MARINE." This procurement involves the National Stock Number (NSN) 2090014168451, with delivery required to DLA Distribution within 157 days after order. The marine windows are critical components used in ship and marine equipment, highlighting their importance in maintaining operational readiness for naval vessels. Interested small businesses are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.
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 22 units of a marine window (NSN 2090014346517). This solicitation is a Total Small Business Set-Aside and requires that all items meet the specifications outlined in the source-controlled drawing, with approved sources listed as 21204 CC-1522-0110 and 21204 KS-24726-001. The items are crucial for ship and marine equipment, emphasizing the importance of quality and compliance in military applications. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil, with the solicitation available online at the DIBBS website.
20--WINDOW,MARINE
Buyer not available
The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of three marine windows, identified by NSN 2040200093236. The solicitation, which is a Request for Quotation (RFQ), requires delivery to DLA Distribution San Joaquin within 28 days after order, and the approved source for this item is 35076 862148. 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 email at DibbsBSM@dla.mil.
BUILDING 1108, 11TH TRANSPORTATION BATALLION VEHICLE MAINTENANCE SHOP - REPLACE BAY DOORS, JEB LITTLE CREEK - FORT STORY, VIRGINIA BEACH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a project to replace three hangar doors at Building 1108 of the 11th Transportation Battalion Vehicle Maintenance Shop located at Joint Expeditionary Base Little Creek - Fort Story in Virginia Beach, Virginia. The project involves the demolition of existing doors and installation of new roll-up doors, with a focus on using durable materials and adhering to anti-terrorist force protection standards, all while ensuring minimal disruption to the occupied facility. This initiative is part of a broader effort to maintain and modernize military infrastructure, reflecting the government's commitment to effective facility management. Interested contractors must submit proposals by May 1, 2025, following a site visit scheduled for April 8, 2025, with the project budget estimated between $500,000 and $1,000,000. For further inquiries, contact Oteria Bullock at oteria.bullock@navy.mil or 757-462-5330.
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 2090014508639, with a requirement for seven units to be delivered to DLA Distribution San Joaquin within 168 days after order. This procurement is critical for maintaining operational capabilities in marine environments, where reliable and durable window components are essential for various naval applications. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
DSCR Building 151 Hydronic Heater Replacement
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the replacement of hydronic heaters at Building 151 of the Defense Supply Center Richmond in Virginia. The project involves the installation of five new hydronic heaters with individual thermostats to ensure a comfortable working environment during colder months, requiring contractors to have expertise in HVAC, plumbing, and electrical work, with a minimum of five years of relevant experience. This firm-fixed price contract, set aside for small businesses, has an estimated budget between $40,000 and $61,000, with a completion timeline of 180 days from the notice to proceed. Interested contractors must submit their quotes by April 25, 2025, and can direct inquiries to Robert Moragues at robert.moragues@dla.mil or Kyle Gregory at Kyle.Gregory@dla.mil.
93--WINDOW,OBSERVATION
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of observation windows, specifically NSN 9330000279407. The requirement includes two lines: six units to be delivered to DLA Distribution Cherry Point within 158 days after order (ADO) and thirteen units under the same delivery timeline. These observation windows are critical components used in various military applications, ensuring visibility and operational effectiveness. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
ARMOR,TRANSPARENT,VEHICULAR WINDOW
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for the procurement of transparent vehicular window armor, specifically National Stock Number (NSN) 2541-01-555-4873. The requirement includes a total quantity of 537 units to be delivered to New Cumberland, Pennsylvania, with a delivery timeline of 200 days from the order date. This procurement is critical for enhancing the safety and protection of military vehicles, and it is set aside exclusively for small businesses under the Small Business Administration guidelines. Interested suppliers must submit their proposals via the DLA Internet Bid Board System (DIBBS) or by email to Jennifer L. Payne at Jennifer.payne@dla.mil, with the solicitation expected to be available on DIBBS starting April 23, 2025.