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
    Z1PZ-- 648-20-121 Construct Campus Security Fence and Access Control (Vancouver)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the construction of a campus security fence and access control system at the Vancouver campus of the Portland VA Medical Center. This project, identified as 648-20-121, involves comprehensive site preparation, including demolition and installation of materials, with a contract performance period of 270 calendar days. The procurement is particularly significant as it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 236220, with an estimated contract value between $5,000,000 and $10,000,000. Interested contractors should note that the solicitation is expected to be released around November 10, 2025, and proposals will be due approximately 45 days after the solicitation is posted. For further inquiries, contact Meredith Valentine at meredith.valentine@va.gov.
    Construct 241st Security Measures
    Dept Of Defense
    The Department of Defense, specifically the Tennessee National Guard, is inviting bids from small businesses for a firm fixed-price contract to enhance base infrastructure at 6511 Bonny Oaks Drive, Chattanooga, Tennessee. The project entails the construction of new iron picket perimeter security fencing, repairs to existing chain link fences, demolition of outdated gate operators, and modifications to conduits for power and communications. This procurement is significant for improving security measures and overall facility functionality, with a contract duration of 365 calendar days and a construction magnitude estimated between $1,000,000 and $5,000,000. Interested contractors must register in the System for Award Management (SAM.gov) and are encouraged to attend a pre-bid conference on January 21, 2026, with the bid opening tentatively scheduled for February 13, 2026. For further inquiries, contact Brian Morelock at brian.morelock.1@us.af.mil or call 865-336-3341.
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.
    Fence Repair BPA Fort Drum, NY
    Dept Of Defense
    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.
    Repair MWD Kennel Interior, Facility 1030 at Joint Base Langley - Eustis (JBLE), VA
    Dept Of Defense
    The Department of Defense is soliciting bids for the repair of the Military Working Dog (MWD) Kennel Interior at Facility 1030, Joint Base Langley-Eustis (JBLE), Virginia. The project aims to completely overhaul the existing Heating, Ventilation, and Air Conditioning (HVAC) system and expand individual kennel cells to meet the requirements outlined in the Kennel Design Guide, addressing critical health and odor concerns. This renovation is vital for ensuring the well-being of military working dogs and maintaining operational standards at the facility. Interested contractors should note that the estimated project cost is between $1,000,000 and $5,000,000, with a pre-bid site visit scheduled for January 6, 2026, and bids due by January 22, 2026. For further inquiries, contact Callie J Compton at callie.compton@us.af.mil or 757-764-7228.
    99--WING FENCE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a wing fence, identified by NSN 1R-9999-LLKFYG619-E8. The requirement includes a quantity of one unit, with delivery terms set as FOB Origin, indicating that the contractor will bear the shipping costs until the goods are delivered to the designated location. This procurement is critical for maintaining operational readiness and support for naval systems. Interested contractors should direct inquiries to Danielle M. Junod at (215) 697-1138 or via email at DANIELLE.M.JUNOD.CIV@US.NAVY.MIL, as all contractual documents will be considered issued upon transmission through various electronic methods.
    183 CES Repair Vehicle Barriers
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking bids for a contract to repair vehicle barriers at their facility in Springfield, Illinois. The project involves removing existing hydraulic wedge-type barriers and installing two new final denial drop arm style barriers to ensure compliance with current regulations and operational standards. This contract is set aside entirely for small businesses, with an estimated value between $500,000 and $1 million, and is expected to be awarded within a 180-day timeframe following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register on SAM.gov to access the solicitation, which is anticipated to be issued in early August 2025.
    Construction of a Vehicle Recovery Range at Fort Lee in Prince George County, VA
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Norfolk District, is preparing to issue a presolicitation notice for the construction of a Vehicle Recovery Range at Fort Lee in Prince George County, Virginia. This project involves the construction of 24 concrete turning pads, site drainage, and road alignment, executed in three phases, with the contractor required to complete one phase before moving to the next. The contract will be a firm-fixed-price award, set aside for 8(a) Small Businesses, with an estimated value between $5 million and $10 million, and the Invitation for Bid (IFB) is expected to be released electronically around mid-December 2025. Interested bidders should monitor SAM.gov for updates and ensure they are registered in SAM for the submission of offers; for inquiries, they may contact Caleb Bookout at brian.c.bookout@usace.army.mil or Nicholas Lizotte at nicholas.lizotte@usace.army.mil.
    Perimeter Fence Replacement at FCI Loretto
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the Perimeter Fence Replacement project at the Federal Correctional Institution (FCI) Loretto in Pennsylvania. This project entails the complete replacement of approximately 7,580 linear feet of perimeter fencing, including the installation of line posts, fence fabric, razor ribbon, gates, and concrete walkways, with a performance period of 924 calendar days from the notice to proceed. The contract is a total small business set-aside, with an estimated project magnitude between $10 million and $25 million, and interested contractors must submit their bids electronically by December 22, 2025, at 11:00 a.m. PST. For further inquiries, bidders can contact Joshua Cortez at j2xcortez@bop.gov or by phone at 623-465-5130.
    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.