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
    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
    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.
    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.
    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.
    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.
    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
    Bldg's 4 & 1000 Fence Installation Project
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the installation of fencing at Buildings 4 and 1000 within the Philadelphia Navy Yard Annex. This project, set aside for small businesses, involves the construction of approximately 82 linear feet of new fencing, the replacement of a single gate with a double-wide gate, and the addition of a 200-foot long fence on the west side, all aimed at enhancing security and infrastructure at the facility. The estimated contract value ranges from $25,000 to $100,000, with a completion timeline of 70 calendar days from the award date. Interested contractors must submit their proposals, including relevant past performance documentation, by March 21, 2025, and can direct inquiries to Rachel Johnston at Rachel.m.johnston6.civ@us.navy.mil or David Rhoads at david.a.rhoads8.civ@us.navy.mil.
    56--POST,FENCE,METAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the procurement of metal posts for fencing, as indicated in the presolicitation notice titled "56--POST,FENCE,METAL." This opportunity is set aside for small businesses under the Total Small Business Set-Aside program (FAR 19.5), and it falls under the NAICS code 332618, which pertains to Other Fabricated Wire Product Manufacturing. The fencing components are crucial for various defense installations, ensuring security and operational integrity. Interested vendors can reach out to Tai Nguyen at 215-737-4870 or via email at tai.nguyen@dla.mil for further details regarding the procurement process.
    Defense Supply Center Richmond - Building 19 Partial Demolition
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the partial demolition of Building 19 at the Defense Supply Center Richmond in Virginia. This project, set aside for small businesses, involves the careful demolition of the existing structure while preserving essential utilities and converting the area into greenspace, adhering to strict safety and environmental regulations. The estimated contract value ranges from $1 million to $5 million, with a performance period of 365 days following the Notice to Proceed. Interested contractors must submit their bids by March 12, 2025, and can contact Brandon Jump at brandon.jump@dla.mil or 804-279-4512 for further details.
    Defense Supply Center Richmond - B97 VOQ Renovation
    Buyer not available
    The Defense Logistics Agency, under the Department of Defense, is soliciting bids for the renovation of Building 97 at the Defense Supply Center Richmond, Virginia, designated as solicitation number SP4703-25-B-0003. The project aims to enhance the facility through comprehensive interior and exterior improvements, including upgrades to fire alarm and sprinkler systems, water damage repairs, and aesthetic renovations. This renovation is crucial for maintaining operational effectiveness and compliance with safety standards in federal facilities. Interested small businesses must submit sealed offers by March 19, 2025, with a public bid opening scheduled for March 20, 2025. For further inquiries, contact Brandon Jump at brandon.jump@dla.mil or call 804-279-4512.
    B46 PAO New Office Door
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for the installation of a new glass door at the Public Affairs Office located in South Chesterfield, Virginia. This project aims to enhance privacy and reduce disruptions from nearby conversations by constructing a storefront system that includes a glass door and appropriate signage. The selected contractor will be required to complete the installation within a 60-day period, adhering to strict safety and compliance protocols, and must demonstrate expertise in storefront door installations as a core business function. Interested small businesses must submit their proposals by March 19, 2025, and can direct inquiries to Nic Mace at Nicholas.Mace@dla.mil or Kyle Gregory at Kyle.Gregory@dla.mil for further information.
    B46 Window Repair
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for the B46 Window Repair project at the Defense Supply Center Richmond (DSCR) in Virginia. The project involves the removal and replacement of exterior rubber window seals, inspection of caulking to prevent water intrusion, and ensuring compliance with federal safety and environmental regulations. This procurement is crucial for maintaining the integrity of the facility and preventing further interior damage, with a performance period of 125 calendar days following the notice to proceed. Interested small businesses must submit their proposals by March 10, 2025, and can direct inquiries to Nic Mace at Nicholas.Mace@dla.mil or Kyle Gregory at Kyle.Gregory@dla.mil for further information.
    Z--Fencing Replacement - Amendment 1
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotations for a construction project focused on replacing fencing at the Giles Run Trailhead and the Meadowood Connector Trailhead in Virginia. This project is set aside for small businesses under NAICS code 238990, with a firm fixed-price contract estimated between $25,000 and $100,000. The fencing replacement is essential for maintaining the integrity and safety of these recreational areas, ensuring they remain accessible and secure for public use. Interested vendors must submit their proposals by March 10, 2025, at 4:00 PM ET, and are encouraged to attend a pre-bid on-site meeting on March 3, 2025, at 1:00 PM Local Time. For further inquiries, vendors can contact Oksana Rollins at orollins@blm.gov or by phone at 303-236-1853.
    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.
    BLDG 229N SCIF DOOR REPLACEMENT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the replacement of a SCIF-rated vault door at Robins Air Force Base in Warner Robins, Georgia. The project requires the contractor to provide a secure door, frame, and installation services, ensuring compliance with security and safety regulations, with a completion timeline of 16 weeks post-award. This procurement is significant for maintaining the integrity of sensitive information and operational security within military facilities. Interested parties, particularly Women-Owned Small Businesses, must submit their Request for Quote (RFQ) by March 18, 2025, with a maximum award amount of $45 million. For further inquiries, contact Adam Hudson at adam.hudson.4@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    Replace Electrical Vault Doors, Frame and Hardware B150 & B148
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of electrical vault doors, frames, and hardware at Marine Corps Air Station (MCAS) Cherry Point, North Carolina, under Project No. 7390922. The project entails the removal and installation of heavy-duty insulated doors and associated hardware, ensuring compliance with safety and fire regulations while minimizing disruption to ongoing operations. This procurement is crucial for maintaining the integrity and security of the facility's infrastructure. Proposals are due by March 11, 2025, with an estimated project cost between $25,000 and $100,000, and interested contractors should direct inquiries to Mason Sholar at mason.l.sholar.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop@navy.mil.