SOLICITATION NOTICE
Z -- DSCR-Brick Wall and B42-Repair_Restore Brick and Wrought Iron Fencing
- Notice Date
- 8/26/2024 5:59:01 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
- 9/4/2024 8:59:00 PM
- Archive Date
- 09/19/2024
- 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: 26 August 2024 - RFP Amendment 002 published. RFP extended to 4 September 2024, end of day. Pricing spreadsheet (rev3) published to attachment list. This brings the pricing spreadsheet into compliance with the Q&A's published below.� Questions & Answers See attached photos of the bricks along the Rt1 perimeter wall and B42 Bellwood Manor. These are close up photos to use for color selection. Government to handle the security detail/ plan and removal of the braided cable at the gates along Rt 1. Industry not responsible for these. Water and power located during the site visit Lay down areas identified near the workspaces. Government estimates 20% repointing, consisting of 10% repoint for the rowlock for the full run of the wall cap of the perimter wall, as well as 10% repoint for the wall face in various areas. Repair per the SOW. Government estiamtes 1 full cube of bricks for replacement at the perimeter wall along Rt. 1. Government to accept 1 full cube of supply for the wall and up to 1/2 cube for the B42 masonry. Excess stock to be retained by the Government.� Repairs in excess of the threshold above to be handled on a mod/ change order to the contract Wall caps paint to match existing color. PM to review color samples. Fencing paint to match existing color. PM to review color samples. Update 21 August 2024 Q&A's Please confirm that the (3) sets of iron gates are included in the scope of work. Yes, they are Please confirm if a bod bond is required. No Is contractor to provide temporary office trailer? No Please confirm that the decorative rowlock brick cap will require 100% mortar removal and replacement to 1� deep. Yes Please confirm that the vertical brick wall surface of both sides will require 10% mortar removal and replacement to 1� deep. Yes Please confirm that DSCR will provide a Bid Form that will include a lump sum price for the entire project and a unit price per linear foot price to remove and replace mortar to 1� deep. � Yes, pricing spreadsheet published with these answers. See attachments. Are potential subcontractors required to be SAM certified, or is it just the prime contractor that needs to be? � The Prime contractor must be SAM certified at the time of award. Please confirm the Building 42 stairs are to be priced for 100% mortar removal and repointing per instruction at site visit. Yes Please confirm only the main steps and outer string/spandrel are to be included. Yes Please confirm the brick wall project includes the two half walls running perpendicular to Rt 1, the front of the old main gate, and the entire wall along Rt 1. Pls confirm the gate house and the temporary traffic barrier walls are NOT included. Yes and Yes Please confirm if all mortar removal is required to be complete prior to the PM inspection required in the SOW or if multiple inspections by PM throughout the project are expected/acceptable. I think multiple inspections should be acceptable because of the size of the project. Please confirm no runoff water containment is required for any pressure-washing on the project. No, but must have a certified backflow preventer at the water source. Please confirm contractor will be permitted to stage a dumpster in the laydown area and trash hoppers near the jobsite to facilitate daily housekeeping and construction debris disposal. Yes Please advise if contractor is required to use waste & sanitation companies who are on an approved vendor list for this installation. No Please advise installation access requirements for waste management/sanitation driver for delivery, dumpster changes, weekly sanitation service, and final removal. The driver will have to submit a DBIDS registration to me/PM for vetting. No special requirements. Please confirm if waste diversion reports are required. Yes7.Please advise if a secured fuel cube is permitted in contractor lay down area to service equipment on the project. Yes, with approval from Environmental Office and secondary containment system. Please confirm acceptable work hours. How early can work activity start? 7 am How late can work activity extend? 5 pm Are weekends acceptable, and if so, is notice required ahead of time)? No weekend work unless it is a dire emergency. Is contractor permitted to work on federal holidays? if contractor is permitted to work. No work is to be performed on Federal Holidays. 9.Please confirm if electronic submittals are sufficient or if hard copies are also required. Electronic submittals are fine and at the end of the project we will need 2 hard copies (Binder or CD) 10.Please confirm contractor is permitted to take daily photographs of work activities, lay down area, employees, materials, supplies, and anything else specifically related to project progress. Yes, only after being approved for a camera pass through Physical Security (DLA). Does the contractor require to point all bricks or only a portion? Portion If only a portion, what percentage of�the�total�area? Roughly 10 % and 100 % of the rowlock. Wall is approx. 10,000 sq. ft. 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/a83ba19526544fddbeb9ff4d39a27bbd/view)
- Place of Performance
- Address: North Chesterfield, VA 23237, USA
- Zip Code: 23237
- Country: USA
- Zip Code: 23237
- Record
- SN07185867-F 20240828/240826230121 (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 |