Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2024 SAM #8285
SOLICITATION NOTICE

Z -- DSCR-Brick Wall and B42-Repair_Restore Brick and Wrought Iron Fencing

Notice Date
8/1/2024 11:20:28 AM
 
Notice Type
Solicitation
 
NAICS
238140 — Masonry Contractors
 
Contracting Office
DCSO RICHMOND DIVISION #1 RICHMOND VA 23237 USA
 
ZIP Code
23237
 
Solicitation Number
SP470324R0030
 
Response Due
8/30/2024 8:59:00 PM
 
Archive Date
09/14/2024
 
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
Update 1 August 2024: Solicitation amendment and revised Addendum to RFP added. See attachments.� Update 31 July 2024: In accordance with FAR 36.204, the estimated magnitude of the project price is between $250,000 and $500,000.� Page 33 of the solicitation states to arrange a site visit with Jeff Bickham. However, the online posting shows an organized site visit on Aug 13th at 10am. Pls confirm if Aug 13 is the only organized site visit. � Correct site visit date is August 13 at 10am. Site visit attendance is highly encouraged. It is the only site visit. Pls confirm DBIDS registration is required prior to the site visit. � DBIDS required at award. For the site visit, coordinate names and date of birth with Jeff Bickham.� Pls provide link for DBIDS registration. The link in the solicitation (https://dbids-global-enroll.dmdc.mil) auto redirects to this link https://dbids-global-enroll.dmdc.mil/preenrollui/#!/ �which does not load. --�The PM will provide a good DBIDS link for the contract awardee.� The solicitation states that a bid bond is NOT required. Pls confirm NO bid bond is required. � confirmed. Bonding is required at award (payment and performance bonds). Pls confirm correct due date for questions. The solicitations states 7 days prior to due date in one place but Aug 16th in another place. � August 16, 2024, end of day. Pls confirm if Past Performance Questionnaires are required as part of Volume 1, Factor 2 OR if just a description of project and relevant contact information is required. � 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. Past Performance Questionairres are not required for this RFP.� ------- Site Visit August 13 at 10:00AM. Meet at parking lot of Warehouse 15A. Contact Jeff Bickham to coordinate site access. 804-516-2371 | Jeffrey.Bickham@dla.mil Solicitation Defense Supply Center Richmond (DSCR) Brick Wall and B42-Repair_Restore Brick and Wrought Iron Fencing 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-R-0030 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 270 days from the issuance of the Notice to Proceed. This acquisition is set-aside for 100% small businesses.� The North American Industry Classification System (NAICS) Code is 238140 (Masonry).� 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 200-mile radius from DSCR is considered the commutable radius for this project. 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. Questions are due on August 16, 2024, end of day. Submit questions via email to Brandon.Jump@dla.mil. Quotes are due August 30, 2024, 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 points of contact (POC) for this requirement are Brandon Jump (brandon.jump@dla.mil). Reference Attachment 1 - Statement of Work (SOW) for additional work scope and details. A new system will be 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/be2ec3707fdf46ee937e4d50cbecb130/view)
 
Place of Performance
Address: North Chesterfield, VA 23237, USA
Zip Code: 23237
Country: USA
 
Record
SN07152676-F 20240803/240801230148 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.