DSCR Building 59 C Interior Fence Install
ID: SP470325Q0014Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OPEN STORAGE FACILITIES (Y1GD)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Dec 4, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 17, 2025, 12:00 AM UTC
  3. 3
    Due Jan 21, 2025, 10:00 PM UTC
Description

The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the installation of an interior fence at Building 59C of the Defense Supply Center Richmond in Virginia. The project involves constructing an 8-foot high metal fence with specific access gates to create secure storage areas for electric vehicles and engineering supplies, with a performance period of 120 days following the Notice to Proceed. This procurement is set aside for small businesses under NAICS code 236220, and contractors must be located within a 120-mile radius of the facility. Interested parties must submit their quotes by January 21, 2025, following a site visit scheduled for December 18, 2024, and all inquiries should be directed to Robert Moragues at robert.moragues@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
Jan 17, 2025, 6:06 PM UTC
The document outlines a Statement of Work (SOW) for the Defense Logistics Agency (DLA) regarding the installation of secured storage for electric vehicles and an engineer section at the DLA Installation Management Richmond. It defines specific requirements including the installation of an 8-foot metal fence and access gates, along with contractor qualifications and performance details. The contractor must have at least two years of experience in metal fencing installation and is required to submit a detailed project narrative, previous project experience, and essential safety documentation before a pre-construction meeting. The performance period is limited to 120 days post-notification, with a heavy emphasis on quality control, safety adherence, and compliance with federal laws and regulations. The document provides a plethora of considerations regarding safety protocols, project management communication, and environmental practices. Contractors are held responsible for securing all government property and maintaining comprehensive safety and health standards throughout the project duration. This SOW exemplifies federal contracting requirements by emphasizing stringent adherence to safety, quality, and documentation necessary for successful project completion, reflecting the government’s commitment to operational integrity and security.
Dec 12, 2024, 3:05 PM UTC
The document outlines a Request for Proposal (RFP) issued by the Defense Logistics Agency for the installation of gated storage in the 59C Bay at the Defense Supply Center Richmond. The primary objective is to secure a storage area for electric vehicles and the engineer section. Specific requirements include the installation of 8-foot high metal fencing, additional cages, and distinct gate configurations. Contractor qualifications mandate five years of relevant experience, and the project must be completed within 120 days post-notice to proceed. The proposal evaluation process will determine technical acceptability based on documented submissions, which include a project narrative and a list of prior relevant projects. Important administrative considerations emphasize the necessity for a quality control manager to be on-site, adherence to safety and environmental regulations, and structured communication with government representatives. The document further details protocols for site visits, utility marking requests, necessary submittals for materials and equipment, and the importance of following established safety standards. It highlights the significance of contractor accountability in safeguarding government property and ensuring compliance with federal and state regulations, wrapping up with detailed requirements regarding project closeout documentation. Overall, this RFP serves critical national defense and logistical needs while maintaining rigorous compliance with safety and quality standards.
Jan 17, 2025, 6:06 PM UTC
The document outlines a negotiated solicitation (SP4703-25-Q-0014) issued by the Defense Supply Center Richmond for the construction of interior fencing within Building 59C. The project aims to create designated storage areas for electric vehicles and engineering supplies, requiring the installation of 8-foot high, 9 gauge metal fencing and various gates. The project is set aside for small businesses, adhering to the NAICS code 236220, with a performance period of 120 days post-Notice to Proceed (NTP). Contractors must be within a 120-mile radius of the facility and are required to submit their bids by January 21, 2025, following a site visit scheduled for December 18, 2024. Furthermore, all contractors must register with the System for Award Management (SAM) prior to bidding. The selection will prioritize the lowest priced, technically acceptable offers, considering past performance ratings. The document emphasizes safety compliance, the requirement for performance and payment bonds, and outlines the need for inquiries and bids through specified channels. It also discusses the implementation of visitor access protocols at DSCR, including pre-enrollment in the Defense Biometric Identification System (DBIDS) for site visits.
Jan 16, 2025, 9:06 PM UTC
The document is a negotiated Request for Proposal (RFP) (Solicitation Number SP4703-25-Q-0014) issued by the Defense Supply Center Richmond (DSCR) for installing interior fencing within Building 59C. The contract is set to be awarded to a qualified small business, as this opportunity is exclusively reserved for 100% small businesses with an NAICS code of 236220. The performance period of the project is 120 calendar days after receiving the Notice to Proceed. Key requirements include the installation of 8-foot tall metal fencing using specific materials, along with two cages and designated gates for access. Contractors must be located within a 120-mile commuting radius of the DSCR facility to be eligible. Proposals must meet technical specifications outlined in the Statement of Work (SOW) and will be evaluated on a lowest-priced technically acceptable basis. The document outlines pre-award requirements such as registration in the System for Award Management (SAM), submission deadlines, and specific points of contact for inquiries. Additionally, it includes instructions for mandatory security clearances for site visits, emphasizing the ongoing commitment to regulatory compliance and security protocols within federal contracting processes.
Jan 17, 2025, 6:06 PM UTC
The government file outlines wage determinations for construction projects in Chesterfield County, Virginia, under the Davis-Bacon Act. The document specifies minimum wage criteria based on contracts awarded or renewed after certain dates, including requirements set by Executive Orders 14026 and 13658. The minimum wage rates vary based on contract conditions, with $17.20 for contracts after January 30, 2022, and $12.90 for contracts awarded between January 1, 2015, and January 29, 2022. The document details prevailing wage rates for various construction trades, such as electricians, boilermakers, and pipefitters, alongside fringe benefits. It also outlines the appeals process for wage determination decisions and notes the potential need for additional classifications not listed in the document. The structure includes detailed wage listings, provisions for contractor compliance under federal guidelines, and specifics regarding paid holidays and sick leave. Overall, the file serves to ensure that contractors adhere to federal labor standards, providing crucial support for fair wage practices in federally funded construction projects.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
DSCR Door IDPO
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified small businesses to provide door and frame repair and replacement services at the Defense Supply Center Richmond in Virginia. The procurement involves establishing a five-year Indefinite Delivery Purchase Order (IDPO) for ongoing construction services, with a focus on ensuring compliance with safety and functional standards, including ADA requirements. This initiative is crucial for maintaining the operational integrity and security of government facilities. Interested contractors must submit their quotes by June 6, 2025, and direct inquiries to Brandon Jump at brandon.jump@dla.mil, with a total contract value not exceeding $250,000.
Replace Perimeter Fence Damage, Runway, Station
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the replacement of a damaged perimeter fence at Marine Corps Air Station Cherry Point, North Carolina. The project involves the removal of approximately 120 feet of existing fence and the installation of 130 feet of a new galvanized chain link fence, including barbed wire, with strict adherence to security and safety regulations. This procurement is set aside for small businesses, with an estimated contract value between $25,000 and $30,000, and proposals are due by May 21, 2025, at 12:00 PM local time. Interested contractors should contact Kathryn French Nethercutt or Ericka J. Bishop for further details and must acknowledge receipt of amendments to ensure compliance with submission requirements.
Security Fence Improvements, Hop Brook Lake, Middlebury, CT
Buyer not available
The U.S. Army Corps of Engineers, New England District, is soliciting quotes for security fence improvements at Hop Brook Lake in Middlebury, Connecticut. The project involves the removal of existing chain link fencing and gates, followed by the installation of new 7-foot-tall chain link security fencing, gates, and a vehicular barrier gate, aimed at enhancing security at the site. This procurement is set aside for small businesses, with a contract value estimated between $100,000 and $250,000, and requires all vendors to have an active registration in SAM.gov at the time of submission. Interested contractors must submit their quotes by April 29, 2025, at 5:00 PM Eastern Time, and can direct inquiries to Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.
Security Fencing - OLANCHA FIRE STATION FENCE INST
Buyer not available
The Bureau of Land Management (BLM) is soliciting quotes for the installation of a security fence and curb repair at the Olancha Fire Facility in Inyo County, California, under Request for Quotation (RFQ) No. 140L1225Q0007. The project involves the installation of an 80-foot section of 72-inch galvanized steel chain-link fence, the replacement of a damaged 10-foot section, and the repair of a section of driveway curbing, with a total project cost expected to be less than $25,000. This opportunity is set aside for small businesses, emphasizing compliance with the Buy American Act and federal wage regulations, with a performance period from June 1, 2025, to August 30, 2025. Interested contractors must submit their quotations by May 5, 2025, and can contact John Cabral at jcabral@blm.gov or 707-438-5293 for further information.
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.
KSCC 18-1525 Construct Vehicle Barriers
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a Firm-Fixed-Price construction contract titled "KSCC 18-1525 Construct Vehicle Barriers" at Kennedy Space Center, Florida. The project aims to enhance security through the installation of vehicle barriers, including bollards and cable fences, with an estimated value between $500,000 and $1,000,000, and is exclusively set aside for Women-Owned Small Businesses (WOSB). This initiative is critical for ensuring anti-terrorism measures at key infrastructures, aligning with federal standards and environmental regulations. Interested contractors must submit their bids by May 15, 2025, with all inquiries directed to the primary contact, 2d Lt. Charles Cowart, at charles.cowart.4@spaceforce.mil, or the contracting officer, Patricia A. Bates, at patricia.bates@spaceforce.mil.
ACP Traffic Pattern Striping
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for traffic pattern striping services at the Defense Supply Center Richmond (DSCR) in South Chesterfield, Virginia. This project involves the redesign of traffic flow at two Access Control Points (ACPs), requiring the removal and installation of road markings in accordance with Virginia Department of Transportation standards, along with the establishment of flexible bollards. The contract, set aside for small businesses, will be awarded based on the lowest priced, technically acceptable offer, with a performance period of 90 days following the issuance of a Notice to Proceed. Interested contractors must submit their quotes by April 9, 2025, and are encouraged to register in the System for Award Management (SAM) prior to submission. For further inquiries, potential offerors can contact Nic Mace at Nicholas.Mace@dla.mil or Kyle Gregory at Kyle.Gregory@dla.mil.
Fence Repair BPA Fort Drum, NY
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Fencing Services at Fort Drum, NY. The BPA will be active from April 27, 2024, to April 26, 2029. The services required include repairing and replacing various types of fencing, gates, operators, associated components, and hardware. The contractor must adhere to ASTM specifications and tolerances for material fabrication and installation. The work will be performed in accordance with the Performance Work Statement and subject to the terms and conditions of the contract. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 238990. The registrations can be done through the System for Award Management (SAM) website. The contractor will not receive a BPA until these registrations are completed. Interested parties should submit their UEID, CAGE Code, and capabilities statement via email to the provided contacts.
Z1DA-- CLC Alpha Courtyard (CON)
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for a project to remove and replace the fencing at the CLC Alpha Courtyard of the Erie VA Medical Center. The scope of work includes modifications to existing aluminum storefronts and entrances, demolition of the current steel fence, and potential replacement of up to 21 concrete piers, requiring all labor and materials to complete the project. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated contract value between $100,000 and $250,000, with a completion timeline of 120 days following the issuance of the Notice to Proceed. Interested vendors should prepare to access solicitation documents starting April 29, 2025, under solicitation number 36C24425Q00573, and direct any inquiries to Contracting Officer Jeffrey Pruett at Jeffrey.Pruett@va.gov.
Vehicle Barrier System
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting quotes for a Vehicle Barrier System under solicitation number N6470925Q0025, aimed at enhancing security at the Strategic Weapons Facility, Atlantic (SWFLANT) in Kings Bay, Georgia. The procurement seeks a modular, deployable barrier system capable of stopping large vehicle threats, including tractor-trailer attacks, at Entry Control Points (ECP), with specific requirements for safety certifications and ease of deployment by a single individual. This initiative underscores the importance of robust security measures at strategic installations while promoting small business participation in federal contracting, as the opportunity is set aside for small businesses under NAICS code 561621. Interested vendors must submit their proposals, including pricing and compliance with Federal Acquisition Regulations, within the specified timeframe, with contract awards expected approximately 30 days post-submission. For further inquiries, interested parties can contact the SPK12 Contracts/Procurement Division at SPK12CONTRACTS@SWFLANT.NAVY.MIL or reach out to Yvette Tullock at YVETTE.TULLOCK@SWFLANT.NAVY.MIL or by phone at 912-676-2012.