SOLICITATION NOTICE
J -- DSCR B60 Replace Boilers & WH8 Boilers
- Notice Date
- 4/29/2025 11:58:57 AM
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- DCSO RICHMOND DIVISION #1 RICHMOND VA 23237 USA
- ZIP Code
- 23237
- Solicitation Number
- SP470325R0011
- Response Due
- 5/14/2025 8:59:00 PM
- Archive Date
- 05/29/2025
- Point of Contact
- Brandon Jump, Phone: 8042794512, Fax: 8042793246
- E-Mail Address
-
brandon.jump@dla.mil
(brandon.jump@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Synopsis Defense Supply Center Richmond (DSCR) Replacement Boilers � Buildings 60 and WH8 This is a synopsis for construction prepared in accordance with the format in FAR Part 36, as supplemented with additional information included in this notice. The solicitation number SP4703-25-R-0011 is issued as a request for proposal (RFP). The resulting contract will be a firm-fixed price award with an expected Period of Performance of 180 days from the Notice to Proceed (NTP). This acquisition is set-aside for 100% small businesses. The North American Industry Classification System (NAICS) Code is 238220 (Plumbing, Heating, and Air-Conditioning Contractors). The small business size standard is $19M. Department of Labor Wage Determination based on location of the service provided (Chesterfield County, VA). Partial proposals will not be accepted. 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. The Contractor shall list the address from which mobilization occurs on their proposal. Award will be made to the lowest priced, technically acceptable (LPTA) offeror that meets the requirements stated in the Statement of Work 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. All inquiries must be submitted no later than 7 business days prior to closing date. Acceptable method of quote or inquiries submission is Email to brandon.jump@dla.mil. Site visit May 20, 2025 at 10am. Coordinate site access with Chris Eytchison at 804-382-8911 or christopher.eytchison@dla.mil . Questions are due on May 22, 2023, end of day. Submit questions via email to Brandon.Jump@dla.mil. Quotes are due on June 13, 2025, end of day. 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 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. DBIDS enrollments shall be completed with five (5) days before the site visit. Period of Performance: July 7, 2025 � December 6, 2025 MAGINITUDE OF CONSTRUCTION 36.204 Disclosure of the magnitude of construction projects. | Acquisition.GOV In accordance with FAR Part 36.204(f), the estimated Magnitude of Construction for this project is between $1,000,000 and $5,000,000. LIQUIDATED DAMAGES 52.211-12 Liquidated Damages-Construction. LIQUIDATED DAMAGES-CONSTRUCTION (SEPT 2000) (a) If the Contractor fails to complete the work within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount of _$1,000_ for each calendar day of delay until the work is completed or accepted. (b) If the Government terminates the Contractor�s right to proceed, liquidated damages will continue to accrue until the work is completed. These liquidated damages are in addition to excess costs of repurchase under the Termination clause.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5d03af05795b43d58ec3f5cb5473dfc8/view)
- Place of Performance
- Address: North Chesterfield, VA 23237, USA
- Zip Code: 23237
- Country: USA
- Zip Code: 23237
- Record
- SN07424491-F 20250501/250429230051 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |