BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Renovation of a military facility in Richmond, Virginia. Completed plans call for the renovation of a military facility.

SOLICITATION AMENDED 08/08/24 To Include: Removed Bid Bond Requirement Added Irrevocable Letter of Credit as a Performance Bonding option Declared "10 days after receipt of award" as the deadline for submission of complete bond information for Awardee All other terms and conditions remain unchanged. See attached document SP470324Q0055REV2.pdf for complete SF1442 solicitation document. Defense Supply Center Richmond(DSCR) Building 54 Tower Door Replacement This is a solicitation for construction prepared in accordance with the format in FAR Part 36, as supplemented with additional information included in this notice. The solicitation number SP4703-24-Q-0055 is issued as a request for quote (RFQ). The resulting contract will be a firm-fixed price award with an expected Period of Performance of 120 days after issuance of the Notice to Proceed (NTP). This acquisition is set-aside for 100% small businesses. The Department of Labor Wage Determination based on location of the service provided (Chesterfield County, VA). Partial proposals will not be accepted. North American Industry Classification System (NAICS) Code is 236220(Commercial and Institutional building Construction). The small business size standard is $45M. For an offer to be considered for award, the contractor must be within a commutable driving distance to the DSCR facility. A 120-mile radius from DSCR is considered the commutable radius. DISCLOSURE OF MAGNITUDE: The estimated contract value for this requirement is between $110,000.00 - $140,000.00 OBJECTIVE: There are four personnel doors mounted in glass block in DSCR Building 54 in the East side tower. There are also two doors in the West side towers. All the doors and frames are rusted, and the life expectancy has passed. To remove and replace four personnel doors that are mounted in 8"X8" glass block with aluminum storefront type entrances. Also, remove and replace two steel personnel doors in-kind. (there are two photos on pp.43-44 of the SOW that show representative examples of each type of door setup being replaced.) SPECIFIC REQUIREMENTS o Each door is approximately 3'x7'. o Each tower glass block area to be removed is approximately 7'X12' including the door and frame. o Remove and dispose of 2 large metal canopies on the East side and 2 small metal canopies on the West side. Patch all holes to match surrounding area. o Only one door in each East tower can be replaced at a time. The door must be 100% completed and accepted by the government before moving to the next door. o Only one door on the West side can be replaced at a time. o If any door opening is not enclosed by the end of the workday the contractor shall cover the entire opening to prevent weather etc. from entering the building. o For each East side tower door, remove the door/frame, and all glass block to the lintel located approximately 12' high. o Prepare the opening to accept the storefront type door. o Replace all the East tower doors with a storefront type of layout including transom and side lights. The transom glass above the door shall include several mullions to break up the large glass area. Provide a sketch and photos showing the look/layout of the proposed storefront door system for approval. o All doors, frames, mullions etc. shall be aluminum, the color is Manor Brown. Contact the PM for the Sherwin Williams color formula. The finish shall anodized. o Center the door in the opening. o Keep the door swing the same as existing. o Replace the handicapped operator and activation buttons on all doors that currently have handicapped operators. o All doors need to have electric strikes. o Replace the motion sensors that unlock the doors from the inside. o Caulk all areas to match the door color. o All doors to receive new weatherstripping. o All hardware to be commercial grade/heavy duty. All doors to have exterior pull handles and a lockset. All doors to have panic hardware. o Any conduit etc. needs to be painted to match the color it is secured to. o Replace all thresholds. o Cleanout and fill/seal the crack at each threshold area where the interior concrete meets the exterior. The South 2 door has a large gap in the concrete. o Add new conduit and wiring to the exterior of the South 2 door for the handicapped operator. o For all East doors, remove, prepare the surface and replace 8 VCT tiles in front of the doors that have become damaged. Provide the PM with a color selection of tile to use to replace. o Repair the CMU interior block by the top left of the lintel of the North 1 door, paint to match. o Repair the CMU interior block by the top right of the lintel of the North 2 door, paint to match. o Prepare and replace 24 VCT tile inside doors West 1 and 2. Replace cove base. o Paint the exterior lintel block the same color as the door and frame above West 1 and 2 doors. o Prepare and skim coat the exterior concrete outside door West 1. o Reuse of existing conduit and wiring is acceptable. o Save some glass block for reuse in case any get broken from door/frame replacement. Any glass block that gets broken shall be replaced by the contractor at no additional cost. o Contractor shall take their own measurements. o All doors shall meet all ADA requirements. o Label all doors using the type of label, style, font as existing. o Reuse all security devices and card readers. o Any screws bolts, etc. that are removed and not replace shall have the holes filled and painted to match. o The location of dumpsters is shown on the map in red at the end of this document. The dumpsters shall not be on the sidewalk or pavement. Alternative dumpster locations must be approved. Repair all damaged grass areas with seed and straw. o Provide a portable toilet. New requirements from site visit held 7.25.24 -All handicapped door operators shall be touchless. -All door colors shall be Manor Brown. -Add new electrical wire from the electrical room to the handicapped operator at the South 2 tower door. -All exit devices shall request to exit in the panic bar. -All storefronts shall be attached to the cinder block and the steel column. -All doors shall have electric strike. -At the West 1 door saw cut the concrete inside the building 1' and chip out. Outside the building saw cut and chip out the concrete about 2' even with the brick. Remove soil down 4" making sure the soil if firm, not spongy etc. Use bagged 5000psi concrete and fill. Award will be made to the lowest priced, technically acceptable (LPTA) offeror that meets the requirements stated in the Statement of Work(SOW) and the solicitation. Also refer to clauses and provisions includes in this notice. Past performance will be considered a part of Technical Acceptability, and the Contracting Officer will pull contractor data from CPARS and SPRS. The contractor must be registered in the System for Award Management (SAM) prior to award. If not already registered in SAM, go to the SAM website www.sam.gov to register prior to submitting your quote. Acceptable method of quote submission is Email to Robert.Moraguesdla.mil. Questions are due on 07/26/2024, end of day. Submit questions via email to Robert.Moraguesdla.mil. Quotes are due on 08/09/2024, end of day. A site visit will be held 07/25/2024 10:00am. In order to attend the site visit, interested parties must coordinate with the project manager, Mike O'Connor, via email Michael.OConnordla.mil at least two business days prior to the site visit. The project manager will also be the sponsor for site visit attendees for this requirement. In order to access DSCR interested parties will need to pre-enroll; see Standard DSCR Visitor Information section below for details. A map which details the location of the site visit can be found on attachment labeled "Site Visit Location map B54.pdf" the specific meeting location(marked with a red "X"), as well as parking locations(circled in blue) can be found on this document. Additionally, a map of DSCR which details the location of B54 can be found on p.41 of the attachment Statement of Work(SOW) Access to Defense Supply Center Richmond is dictated by the language at the following location: https://www.dla.mil/Aviation/Installation/Visitors-and-ID-Office/ The points of contact (POC) for this requirement is Robert "Lee" Moragues (Robert.Moraguesdla.mil). Reference Attachment 1 - Statement of Work (SOW) for additional work scope, details, and DSCR map. Period of Performance:120 days from NTP LIMITATIONS ON SUBCONTRACTING (FEB 2023) (DEVIATION 2021-O0008) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Definition. Similarly situated entity, as used in this clause, means a first-tier subcontractor, including an independent contractor, that-- (1) Has the same small business program status as that which qualified the prime contractor for the award (e.g., for a small business set-aside contract, any small business concern, without regard to its socioeconomic status); and (2) Is considered small for the size standard under the North American Industry Classification System (NAICS) code the prime contractor assigned to the subcontract. (c) Applicability. This clause applies only to-- (1) Contracts that have been set aside for any of the small business concerns identified in 19.000(a)(3); (2) Part or parts of a multiple-award contract that have been set aside for any of the small business concerns identified in 19.000(a)(3); (3) Contracts that have been awarded on a sole-source basis in accordance with subparts 19.8, 19.13, 19.14, and 19.15; (4) Orders expected to exceed the simplified acquisition threshold and that are-- (i) Set aside for small business concerns under multiple-award contracts, as described in 8.405-5 and 16.505(b)(2)(i)(F); or (ii) Issued directly to small business concerns under multiple-award contracts as described in 19.504(c)(1)(ii); (5) Orders, regardless of dollar value, that are-- (i) Set aside in accordance with subparts 19.8, 19.13, 19.14, or 19.15 under multiple award contracts, as described in 8.405-5 and 16.505(b)(2)(i)(F); or (ii) Issued directly to concerns that qualify for the programs described in subparts 19.8, 19.13, 19.14, or 19.15 under multiple-award contracts, as described in 19.504(c)(1)(ii); and (6) Contracts using the HUBZone price evaluation preference to award to a HUBZone small business concern unless the concern waived the evaluation preference. (d) Independent contractors. An independent contractor shall be considered a subcontractor. (e) Limitations on subcontracting. By submission of an offer and execution of a contract, the Contractor agrees that in performance of a contract assigned a North American Industry Classification System (NAICS) code for-- (1) Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding certain other direct costs and certain work performed outside the United States (see paragraph (e)(1)(i)), to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. The following services may be excluded from the 50 percent limitation: (i) Other direct costs, to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service. Examples include airline travel, work performed by a transportation or disposal entity under a contract assigned the environmental remediation NAICS code 562910), cloud computing services, or mass media purchases. (ii) Work performed outside the United States on awards made pursuant to the Foreign Assistance Act of 1961, or work performed outside the United States required to be performed by a local contractor. (2) Supplies (other than procurement from a nonmanufacturer of such supplies), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both supplies and services, the 50 percent limitation shall apply only to the supply portion of the contract; (3) General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded; or (4) Construction by special trade contractors, it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 75 percent subcontract amount that cannot be exceeded. (f) The Contractor shall comply with the limitations on subcontracting as follows: (1) For contracts, in accordance with paragraphs (c)(1), (2), (3) and (6) of this clause- [Contracting Officer check as appropriate.] __ By the end of the base term of the contract and then by the end of each subsequent option period; or __ By the end of the performance period for each order issued under the contract. (2) For orders, in accordance with paragraphs (c)(4) and (5) of this clause, by the end of the performance period for the order. (g) A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (e) of this clause will be performed by the aggregate of the joint venture participants. (1) In a joint venture comprised of a small business protege and its mentor approved by the Small Business Administration, the small business protege shall perform at least 40 percent of the work performed by the joint venture. Work performed by the small business protege in the joint venture must be more than administrative functions. (2) In an 8(a) joint venture, the 8(a) participant(s) shall perform at least 40 percent of the work performed by the joint venture. Work performed by the 8(a) participants in the joint venture must be more than administrative functions. (End of clause) **********************************Submission Requirements***************************************************** Instructions: Instructions contained herein are to serve as a guide in preparation of offers for this solicitation and are not intended to be all inclusive. These instructions generally describe the type and extent of information that should be provided in the offer and emphasize several areas that are generally considered significant. The offeror is expected to completely examine and analyze all aspects of the technical areas to be addressed and to include information in its offer that will enable the evaluators to determine the offerors' understanding of the requirements. Offers submitted shall be contained in two separate volumes as follows: Volume I - Technical Submission: The Technical Submission should consist of two elements: (1) A description of the vendors' understanding of the work to be performed as described in the Statement of Work. The description should demonstrate an understanding of the requirement and include a plan for satisfying the Government's minimum needs. The description should outline the actual work as specifically as possible. (2) Past Performance: The vendor shall document past performance and experience working with projects similar to the one described in the SOW. Documentation shall include relevant contract numbers, a brief description of the scope and magnitude of the work, information pertaining to when the work was completed, and a customer POC with contact information. Past performance and experience should demonstrate relevancy to the solicited projects, and document customer satisfaction and quality level achieved on prior projects. Total Page Limit for Volume I: Five (5) pages. Volume II - Pricing: By way of a fully executed/signed (including Section B) SF 1442, a firm fixed price quotation shall be provided for this requirement. Additional pricing information may be requested and/or provided separately as necessary. The Contractor is responsible for providing adequate documentation to enable a thorough evaluation of the offer and may choose to supplement the lump sum pricing stipulated on the SF 1442 with a formal quote and/or price breakdown on company letterhead, if desired. *****************************************Evaluation Criteria******************************************************** The offer will be evaluated on the basis of the following criteria: Factor 1 - Technical Acceptability In evaluation of this factor, offers will be evaluated to ensure: 1. The Vendor possesses an adequate understanding of the work as well as a process for ensuring quality and timeliness. 2. The Government has an acceptable level of confidence that the vendor can adequately perform the work described in the SOW. Based on the Government's evaluation of the respective vendor's technical submission, each vendor shall be assigned an overall Technical Rating in accordance with the definitions below: Technically Acceptable: Offer meets the requirements of the solicitation and based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Technically Unacceptable: Offer does not meet the requirements of the solicitation and/or based on the offeror's performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort. Factor 2- Price Proposed price will be evaluated to determine reasonableness and completeness. The total firm-fixed price will be evaluated. ***************************************Standard DSCR Visitor Information************************ A new system was implemented on 3 January 2023 to screen visitors and contractors for installation access at DSCR. The new system is designed to increase efficiencies, enhance the protection of personal information during the vetting process and eliminate the use of hard copy DLA Form 1815s. The new screening system will require visitors and contractors to pre-enroll in DBIDS (Defense Biometric Identification System). To begin the process, visitors and contractors will complete registration through the pre-enrollment website: https://dbids-global-enroll.dmdc.mil. Upon entry of their information, visiting personnel will be provided an electronic form to download, which will have an individualized barcode and alpha numeric code. The codes will be electronically sent to the visiting person's sponsor. Once in receipt of the barcode, the sponsor will email Security and Emergency Services and provide the barcode and sponsorship information. Once the visitor/contractor is vetted and approved for installation access, Security & Emergency Services will notify the sponsor that the visitor/contractor can go to the DSCR Visitor Center to obtain his/her pass. At the Visitor Center, the visitor provides the barcode and code provided earlier in the process and completes the credentialing process. Visitors should arrive at the visitor center at least 45 minutes prior to their meeting time to receive visitor badges. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Post-Bid

Military

$140,000.00

Public - Federal

Renovation

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

5

Subscribe For Documents

4 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
180
Active Projects
91
Bidding Soon
1,577
All Active Projects
642
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.