Replace Clerestory Windows W22 - Defense Distribution Depot San Joaquin, Tracy
ID: SP330025B0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA DISTRIBUTIONNEW CUMBERLAND, PA, 17070-5008, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER WAREHOUSE BUILDINGS (Z2GZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 21, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 21, 2025, 12:00 AM UTC
  3. 3
    Due May 22, 2025, 5:00 PM UTC
Description

The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the replacement of clerestory windows at the Defense Distribution Depot San Joaquin in Tracy, California. This project aims to enhance the facility's structural integrity and energy efficiency by installing new windows, which are crucial for maintaining optimal warehouse conditions. The procurement is set aside for small businesses under the SBA guidelines, with a focus on the commercial and institutional building construction industry. Interested bidders should contact Mogen P. Gilson at mogen.gilson@dla.mil or call 717-770-4757 for further details, with the Invitation for Bid (IFB) posted on April 21, 2025, and a synopsis available from March 31, 2025.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Similar Opportunities
Multiple Award Indefinite Delivery Indefinite Quantity (ID/IQ) Construction Contract for DLA Distribution San Joaquin, California (DDJC)
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking qualified small business contractors for a Multiple Award Indefinite Delivery Indefinite Quantity (ID/IQ) Construction Contract at DLA Distribution San Joaquin, California (DDJC). The contract will encompass a variety of construction-related tasks, including industrial, recreational, and maintenance projects, with an estimated total value of $30 million over a five-year period, from July 1, 2025, to June 30, 2030. This procurement is significant as it aims to support the infrastructure needs of the DLA, with individual task orders expected to range between $50,000 and $300,000, and a minimum ordering limitation of $3,500 per task order. Interested small businesses must submit proposals electronically via the PIEE Solicitation Module, with the Request for Proposal (RFP) anticipated to be issued around March 21, 2025. For further inquiries, potential offerors can contact Paul Holbert at paul.holbert@dla.mil or Benjamin Bailey at benjamin.bailey@dla.mil.
F-35 Controlled Temperature Storage
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking bids for the construction of a Controlled Temperature Storage facility at the Defense Distribution Depot San Joaquin in Tracy, California. The project involves the installation of a new temperature-controlled storage room within an existing warehouse, requiring comprehensive construction services including labor, materials, and equipment for insulation, lighting, HVAC, and fire protection systems. This procurement is crucial for maintaining the integrity of sensitive materials related to the F-35 program and is set aside exclusively for small businesses, with a contract value estimated between $1 million and $5 million. Interested vendors must submit their bids electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by April 22, 2025, and can direct inquiries to Paul Holbert at paul.holbert@dla.mil or Benjamin Bailey at benjamin.bailey@dla.mil.
Paint Exteriors of warehouses
Buyer not available
Presolicitation DEPT OF DEFENSE is seeking a contractor to paint the exteriors of warehouses 14, 15, 17, and 18 at DLA Distribution San Joaquin CA (DDJC), Tracy Site, 25600 South Chrisman Rd, Tracy, CA 95304. The project includes repainting various surfaces such as concrete walls, metal piping, gutters, railings, doors, siding, ladders, and more. The contractor must also replace damaged caulking and sealant, abrasive strips on concrete dock stairs, and dispose of lead-based paint if necessary. The work must be completed within 240 calendar days from the Notice to Proceed (NTP) and during regular working hours. This procurement is set aside for small businesses, with a size standard of $15,000,000. The estimated construction effort is between $1,000,000.00 and $5,000,000.00. The Invitation for Bid (IFB) is tentatively scheduled to be issued around July 28, 2016, and a pre-proposal/site visit will be conducted. Prospective offerors must be registered in the System for Award Management (SAM) Database. The lowest responsive, responsible bidder will be awarded the contract.
2541 - WINDOW INSTALLATION
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the installation of windows, specifically identified by NSN 2541-01-626-4650, with a total quantity requirement of 2,900 units. This procurement is set aside for small businesses and emphasizes compliance with stringent quality control standards, including the necessity for contractors to possess appropriate certifications to access export-controlled data. The items are critical for military use, ensuring high-quality vehicular equipment that meets military specifications and standards. Interested parties should contact Jacob McGee at jacob.mcgee@dla.mil, with the solicitation expected to be published on or about May 5, 2025, and proposals to be submitted via DIBBS or email.
Replacement of fire alarm initiating devices and wires
Buyer not available
Presolicitation DEPT OF DEFENSE DEFENSE LOGISTICS AGENCY is seeking a contractor to replace fire alarm initiating devices and wires in Building 100, DLA Distribution San Joaquin CA (DDJC), Tracy Site, Tracy CA 95304. The contractor will replace existing Apollo-Series software protocol devices with new Velociti-Series addressable devices, replace conventional initiating circuit copper wiring with new addressable communication cables, replace fire sprinkler flow & tamper switches monitor modules with new Velociti-series addressable devices, replace manual pull stations with new Velociti-series addressable stations, replace smoke, duct & heat detection devices with new Velociti-series addressable devices, provide all device circuit terminations, final connections, testing, labeling, submittals, as-built drawings, test reports, guarantees, closeouts, and programming of all devices. The work must be completed within 120 calendar days from receipt of the Notice to Proceed (NTP). The acquisition is set-aside 100% for Small Business concerns. The NAICS Code for this procurement is 238210. The small business size standard is $15,000,000. The magnitude of this construction effort is between $250,000.00 and $500,000.00. The tentative timeframe for issuance of Invitation for Bid (IFB) SP3300-16-B-0009 is on or around July 30, 2016. Prospective offerors must be registered in the System for Award Management (SAM) Database at http://www.sam.gov.
CSS 89308 - Replace Doors, Windows, and Vestibule
Buyer not available
The Department of Defense, specifically the Army Contracting Command New Jersey, is seeking a contractor to replace windows, doors, and vestibules in support of the 99th Readiness Division. This procurement will involve a total small business set-aside and requires the contractor to provide all necessary personnel, equipment, supplies, services, and materials as outlined in the forthcoming solicitation and Statement of Work. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, with a size standard of $45 million. The solicitation number W15QKN-25-R-A080 is expected to be posted on PIEE/SAM.GOV around May 9, 2025, and interested parties should monitor the site for updates and the actual due date for proposals. For further inquiries, potential bidders can contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil.
25--WINDOW,VEHICULAR
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of vehicular windows, specifically NSN 2510015748833, under a Total Small Business Set-Aside. The contract will involve an estimated quantity of 53 units, with a potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $250,000, with a guaranteed minimum of 7 units. These vehicular windows are critical components for various military vehicles, 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 buyer via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's website.
IFB - Beale Aircrew Readiness Facility
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville District, is soliciting proposals for the construction of the Beale Aircrew Readiness Facility at Beale Air Force Base in California. The project involves a 4,596 square foot addition to the existing facility, including restrooms, crew quarters, and service rooms, as well as renovations to approximately 1,961 square feet of the current structure to enhance functionality for aircrew operations. This initiative is crucial for improving military infrastructure and operational readiness, ensuring compliance with Department of Defense standards for safety and design. Interested small businesses must submit proposals by April 29, 2025, and can direct inquiries to Adam Brooks at adam.m.brooks@usace.army.mil or Laura Phillips-Payne at laura.phillips-payne@usace.army.mil.
DFAC DV Room Enclosure
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the installation of a Distinguished Visitor (DV) Room Enclosure at the Diners Reef Dining Facility located at MacDill Air Force Base in Tampa, Florida. This project aims to enhance privacy and operational security by enclosing an area to mitigate noise and foot traffic, thereby facilitating confidential discussions among distinguished visitors. The procurement involves the design, procurement, construction, and installation of glass-framed doors and windows, with a completion timeframe of 4-6 weeks for initiation and 7 days for finalization. Interested small businesses must submit their proposals by 10:00 A.M. ET on April 23, 2025, and can direct inquiries to Ivan Oceguera at ivan.oceguera@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil.
Warehousing and Distribution Services at DLA Distribution San Diego, CA
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is seeking small business concerns to provide warehousing and distribution support services at DLA Distribution San Diego, CA. The procurement is specifically looking for vendors that qualify under the North American Classification System (NAICS) code 493110, which has a size standard of $34 million or less. These services are critical for the efficient management and distribution of military supplies and equipment, ensuring operational readiness. Interested small businesses should contact Julie Leasure at julie.kemper2@dla.mil or 717-770-4086, or David R. Jr. Gilson at david.gilson@dla.mil or 717-770-4496 for further details, as responses from non-small businesses will not be considered.