Defense Supply Center Richmond - Building 19 Partial Demolition
ID: SP470325B0002Type: Solicitation
Overview

Buyer

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

NAICS

Site Preparation Contractors (238910)

PSC

SALVAGE- DEMOLITION OF BUILDINGS (P400)

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 partial demolition of Building 19 at the Defense Supply Center Richmond in Virginia. The project aims to safely demolish the existing structure while preserving essential utilities for a credit union and converting the area into greenspace, adhering to strict safety and environmental regulations, particularly concerning hazardous materials like asbestos. This initiative underscores the government's commitment to maintaining safety standards and regulatory compliance in facility management. Interested small businesses must submit their bids by March 19, 2025, with a project budget estimated between $1 million and $5 million, and can direct inquiries to Brandon Jump at brandon.jump@dla.mil or by phone at 804-279-4512.

    Point(s) of Contact
    Brandon Jump
    (804) 279-4512
    (804) 279-3246
    brandon.jump@dla.mil
    Files
    Title
    Posted
    The document outlines the plans for the demolition of Building 19 at the Defense Logistics Agency installation in Richmond, VA. The project, managed by HDR Engineering, Inc., includes a detailed site plan, code analysis, and life safety considerations that must comply with local regulations and national fire protection standards. The work involves no alterations to existing fire hydrant placements, service mains, or external renovations, ensuring the building's existing fire flow will remain unchanged. Key areas covered include required fire protection measures, occupancy classifications, means of egress, and safety provisions for managing utilities. The document emphasizes the importance of verifying existing conditions prior to demolition, maintaining public safety, and restoring any disturbed areas to their original condition. By adhering to the outlined protocols and codes, the project aims to ensure a safe and compliant demolition process while considering the facility's operational requirements and existing infrastructure. This initiative illustrates the government's commitment to maintaining safety standards in facility management through regulatory compliance.
    The document outlines the specifications and requirements for the demolition of Building 19 at the Defense Supply Center Richmond (DSCR), under contract FA8903-21-D-0007. The project involves the demolition of an existing structure while preserving current utilities servicing a credit union and converting the demolished space into greenspace. The document contains sections detailing job responsibilities, work scheduling restrictions, environmental goals, safety regulations, and requirements for hazardous material handling, particularly concerning asbestos and other toxins. It also mandates that contractors submit a detailed construction progress schedule, follow sustainability practices during material acquisition, and maintain communication with the Contracting Officer Representative (COR). Furthermore, all workers are to comply with strict security and safety measures at the federal installation, ensuring minimal disruption to ongoing operations. The regulations ensure compliance with federal guidelines and local laws while prioritizing environmental sustainability and safety throughout the demolition process. Overall, the document serves as a comprehensive guide for executing the demolition project while adhering to governmental standards and practices.
    This document outlines the wage determinations for building construction projects in Chesterfield County, Virginia, including Colonial Heights, as mandated by the Davis-Bacon Act and relevant Executive Orders. It specifies that contracts effective on or after January 30, 2022, require a minimum wage of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, necessitate a minimum of $13.30 per hour. The document lists various trade classifications along with their respective wage rates and fringe benefits, detailing provisions for paid holidays and sick leave under Executive Order 13706. Additional classifications can be added post-award if necessary. Procedures for appealing wage determination decisions are also included, directing inquiries to appropriate divisions within the Department of Labor. This summary serves as a critical reference for contractors bidding on federal and state projects, ensuring compliance with wage standards and labor regulations.
    The solicitation SP4703-25-B-0002 from the Defense Supply Center Richmond is for the partial demolition of Building 19, with a firm-fixed price contract set aside for 100% small businesses. The contract will last 365 days following the Notice to Proceed. Bidders must be in close proximity to DSCR (within 120 miles), registered in the System for Award Management (SAM), and comply with the Department of Labor’s wage decision VA20250017. A site visit is scheduled for February 19, 2025, with bids due by March 12, 2025. The bid opening will occur via teleconference on March 13, 2024. A bid guarantee of 20% is required. The project’s estimated cost is between $1 million and $5 million, and contractors must demonstrate their capability to complete the work effectively and on time. The contractor will incur liquidated damages of $1,000 per day for delays, emphasizing the importance of timely performance. The document outlines protocols for site access, bid submission, and compliance with socio-economic validations, underlining its significance in the federal contracting process for small businesses.
    The document outlines a government proposal for a Visitor Center project, potentially aimed at enhancing community engagement and supporting tourism initiatives. The proposal emphasizes the importance of a well-planned Visitor Center to serve as an informational hub for local attractions while also addressing visitor needs. Key objectives include providing amenities such as restrooms, informational displays, and community spaces, contributing to local economic growth. Additionally, the proposal may incorporate environmentally sustainable practices, aligning with broader governmental goals of promoting ecological responsibility. The document ultimately aims to attract funding through federal and state grants, and outlines expected outcomes such as increased visitor traffic and improved public access to local resources. This initiative represents an effort to support local economies while promoting tourism and sustainable development.
    The document outlines a hazardous material assessment conducted on various building components, specifying types of materials, their condition, estimated quantities, and their locations. The identified materials include transite panels, aircell canvas wrap, floor tiles, insulation, and pipe insulation, classified under categories such as Non-Suspect, Verified Asbestos-Containing Material (ACM), and Assumed ACM. The report lists conditions ranging from 'Good' to 'Sufficiently Damaged,' indicating the need for potential remediation and safety measures. Specific buildings with relevant data include Building Numbers 1-012, 1-022, and 1-044, with sampling performed in June 2022. This assessment is crucial for informing future renovation projects, ensuring compliance with federal and state regulations regarding hazardous materials in line with government RFPs and grants for safe handling and abatement of asbestos-related risks.
    The document outlines a Request for Proposal (RFP) regarding modifications to Hangar B50 for the servicing of the T-7A aircraft. The project scope includes critical structural repairs, hazardous material assessments, and related design modifications, emphasizing functionality and safety. Key design requirements entail compliance with existing HVAC systems, plumbing upgrades, and structural integrity analysis, particularly concerning asbestos and lead-based paint present within the building. The Statement of Objectives (SOO) specifies that modifications should target aspects necessary for towing, parking, and servicing the T-7A only, excluding extensive renovations. Clarifications sought by contractors include details on project timelines, necessary submittals, design requirements for hazardous materials, and possible exclusions from scope, such as door replacements and roofing work. The responses indicate that assessments will be limited to areas impacted by the new design, and communication and telecommunication systems will be duly considered. Overall, this RFP aims to ensure effective project execution while maintaining compliance and safety standards essential for military operations.
    The document is a government solicitation for a negotiated contract (RFP), specifically numbered SP4703-25-B-0002, issued by the DCSO Richmond Division. It details project requirements, performance timelines, and submission guidelines for contractors interested in providing construction, alteration, or repair services starting from the issuance date until the completion of work. The performance period is set for one year, commencing from the notice to proceed, with an option for a timeline extension based on contractor compliance. The solicitation includes mandatory conditions such as sealed bids, performance bonds, compliance with federal regulations, and the necessity for bidders to acknowledge receipt of any amendments to the solicitation. It outlines various contract clauses covering topics such as anti-kickback procedures, equal opportunity, and hazardous material handling, emphasizing contractor responsibilities to ensure worker safety and regulatory adherence. The document signifies the government's commitment to maintaining high standards of quality and safety while facilitating opportunities for contractors to engage in federal projects by clearly defining expectations and regulatory compliance throughout the bidding and execution phases.
    The document is an amendment of a solicitation/modification of contract related to Contract ID SP470325B0002, issued by the Defense Logistics Agency (DLA) Aviation. This modification acknowledges changes to the original solicitation, including an extension of the offer receipt deadline. It specifies the scope of work related to contract P400-V00007521 for supplies and services, with a defined performance period from April 7, 2025, to April 6, 2026. Additional details include the requirement for the contractor to acknowledge receipt of the amendment and provide documentation as necessary. References to specific units of issue according to Department of Defense standards are highlighted, along with the contact information for the administering office in Richmond, Virginia. The document stresses the importance of compliance and accurate acknowledgment in the bidding process, further indicating that all other terms of the original solicitation remain effectual. The primary intent is to ensure proper administration of contract modifications and maintain procedural integrity within government procurement processes.
    The document is an amendment of a solicitation/modification of contract related to Contract ID SP470325B0002, issued by the Defense Logistics Agency (DLA) Aviation. This modification acknowledges changes to the original solicitation, including an extension of the offer receipt deadline. It specifies the scope of work related to contract P400-V00007521 for supplies and services, with a defined performance period from April 7, 2025, to April 6, 2026. Additional details include the requirement for the contractor to acknowledge receipt of the amendment and provide documentation as necessary. References to specific units of issue according to Department of Defense standards are highlighted, along with the contact information for the administering office in Richmond, Virginia. The document stresses the importance of compliance and accurate acknowledgment in the bidding process, further indicating that all other terms of the original solicitation remain effectual. The primary intent is to ensure proper administration of contract modifications and maintain procedural integrity within government procurement processes.
    The document outlines the DSCR B19 Demolition project initiated on February 25, 2025. It appears to be part of a broader effort involving federal and possibly state or local government contracts. The focus is on the demolition of specific structures, presumably related to defense or security initiatives given the acronym "DSCR" which typically stands for Defense Supply Center Richmond. Contact information for various individuals and companies involved in the project is presented, although much of the text is not clearly legible. Key participants are required to coordinate their efforts meaningfully during the demolition process, which suggests a structured approach to project management and safety considerations typical of government contracts. This document emphasizes the necessity for proper communication and accountability among stakeholders, ensuring compliance with regulations governing such demolitions. Overall, the summary reflects the essential components of a government Request for Proposals (RFP) or grants process, with an emphasis on structure, safety, and compliance in managing federal projects.
    Similar Opportunities
    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.
    IR DEMO PROJECTS FY24 Marine Corps Base Camp Lejeune
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the demolition of fifty-three buildings at Marine Corps Base Camp Lejeune in North Carolina. This project, categorized as a Firm-Fixed Price (FFP) contract, is entirely set aside for small businesses and requires compliance with federal regulations regarding hazardous materials, including asbestos and lead-based paint, identified in prior surveys. The successful contractor will be responsible for all aspects of the demolition, including labor, supervision, and the safe disposal of hazardous materials, with a performance period of 365 days post-award. Interested parties must submit sealed bids by 10:00 AM local time on March 19, 2025, and can direct inquiries to Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil.
    IR DEMO PROJECTS FY24 Marine Corps Base Camp Lejeune
    Buyer not available
    The Department of Defense, through NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the IR Demo Projects FY24 at Marine Corps Base Camp Lejeune, North Carolina, specifically for the demolition of fifty-three buildings. This project requires contractors to manage the demolition process while adhering to safety and environmental regulations, including the handling of hazardous materials such as asbestos and lead, as identified in prior surveys. The procurement is set aside for small businesses, with a firm-fixed-price contract structure, and proposals must be submitted in hard copy by 10:00 AM (EST) on March 19, 2025. Interested parties can contact Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil for further information.
    P400--512A5-23-311 - Demolish Building 9H
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the demolition of Building 9H at the Perry Point VA Medical Center in Maryland under Solicitation No. 36C24525B0005. This project requires contractors to provide all necessary labor, materials, and equipment for complete demolition, while ensuring compliance with VA and OSHA safety standards, with a budget estimated between $5 to $10 million. The initiative emphasizes the government's commitment to supporting Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and interested firms must be registered in specific government databases to qualify. Proposals will be accepted from SDVOSBs only, with a pre-bid site visit planned, and solicitation documents expected to be available approximately one month prior to the bid opening. For further inquiries, interested parties can contact Contracting Officer Brandon Parker at brandon.parker2@va.gov or (410) 642-2411 ext. 24006.
    183 CES Demolish Buildings 12 & 13
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the demolition of Buildings 12 and 13 at the 183rd Wing in Springfield, Illinois. This project is a total small business set-aside, with an estimated contract value between $250,000 and $500,000, and a performance period of 180 days from the notice to proceed. The work involves safely removing the buildings, including the abatement of asbestos and dismantling of associated utilities, while adhering to environmental regulations and safety standards. Interested contractors must submit their bids by March 20, 2025, following a pre-bid conference on March 5, 2025, and are encouraged to direct any questions to the contracting officers via email by March 13, 2025. For further information, contractors can contact Alicia C. Braun at Alicia.Braun@us.af.mil or Amanda Brenizer at Amanda.Brenizer@us.af.mil.
    Defense Supply Center Richmond(DSCR) Building 100(CDC) Perimeter Fence Replacement
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for the replacement of the perimeter fence at the Defense Supply Center Richmond’s Child Development Center (CDC) in South Chesterfield, Virginia. The project entails the removal of deteriorated vinyl/rubber fencing while retaining existing posts, followed by the installation of new vinyl-coated fabrics, gates, and top rails, with a completion timeframe of 120 days from the notice to proceed. This procurement is set aside for small businesses, emphasizing the importance of quality and compliance with federal safety and environmental regulations throughout the construction process. Proposals are due by March 18, 2025, and interested contractors should contact Robert Moragues at robert.moragues@dla.mil or Kyle Gregory at Kyle.Gregory@dla.mil for further details.
    Demolition Bldg. 404, Offutt AFB, NE
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking contractors for the demolition of Building 404 at Offutt Air Force Base in Nebraska. This project involves the complete removal of all structural and non-structural components, with potential requirements for asbestos and lead remediation. The contract, which is set aside for small businesses, has a budget ranging from $1,000,000 to $5,000,000 and is expected to be completed within 180 days. Interested contractors must be registered in the System for Award Management (SAM), with the Invitation for Bid (IFB) anticipated to be published no earlier than March 19, 2025, and closing around April 18, 2025. For further inquiries, contractors can contact Blaine Terry at blaine.terry.2@us.af.mil or by phone at 402-232-2517.
    30 CES Demolition Services for Buildings 533 and 541
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide demolition services for Buildings 533 and 541 at Vandenberg Space Force Base in California. The project entails the complete demolition of the structures, including the removal of foundations and associated equipment, while ensuring compliance with environmental regulations regarding hazardous materials such as asbestos and lead-based paint. This procurement is part of a HUBZone set-aside competition under NAICS code 238910, with a total contract value estimated at $19 million, and proposals are due by March 21, 2025, at 12:00 PM PST. Interested parties should direct inquiries to Andrew Gabel or Kristofer Clark via email and are encouraged to attend a site visit scheduled for March 13, 2025.
    183 CES Demolish Buildings 12 & 13
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors for the demolition of Buildings 12 and 13 located in Springfield, Illinois. The project requires the contractor to provide all necessary labor, materials, tools, and supervision to safely demolish the structures, including the abatement of hazardous materials and site restoration to meet current codes and Department of Air Force Instruction requirements. This contract is set aside 100% for small businesses, with an estimated value between $250,000 and $500,000, and is expected to be awarded in mid-March 2025 following a pre-bid conference in February. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or 217-757-1265 for further details and ensure they are registered in SAM.gov to access the solicitation documents.
    Base Housing Demolition (Multiple Locations)
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Mid-Atlantic, is seeking bids for a firm-fixed price contract to demolish 114 Base Housing structures at Camp Lejeune, North Carolina, along with associated utilities and pavement surfaces. This project is categorized as a Total Small Business Set-Aside under the SBA 8(a) program, emphasizing the government's commitment to engaging small businesses in federal contracting. The demolition will involve the removal of buildings, sidewalks, utilities, and garages, with all utility lines terminating at the nearest main junctions and the disturbed grounds restored to their original conditions. Bids are due by March 21, 2025, and interested contractors must submit a bid bond of 20% of their proposal amount. For further inquiries, potential offerors can contact Regenia D. Guest at regenia.d.guest.civ@us.navy.mil or Brandi Porche at brandi.l.porche.civ@us.navy.mil.