Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 01, 2025 SAM #8467
SOLICITATION NOTICE

Z -- Defense Supply Center Richmond(DSCR) Building 31M Break Room Renovation

Notice Date
1/30/2025 8:02:34 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
DCSO RICHMOND DIVISION #1 RICHMOND VA 23237 USA
 
ZIP Code
23237
 
Solicitation Number
SP470325Q0022
 
Response Due
2/11/2025 2:00:00 PM
 
Archive Date
02/26/2025
 
Point of Contact
Robert Moragues, Phone: 8042795309, Fax: 8042793246, Kyle Gregory, Contracting Officer, Phone: 8049806388
 
E-Mail Address
robert.moragues@dla.mil, Kyle.Gregory@dla.mil
(robert.moragues@dla.mil, Kyle.Gregory@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Defense Supply Center Richmond (DSCR) Building 31M Break Room Renovation 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 SP4703-25-Q-0022 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 60 days after issuance of the Notice to Proceed (NTP). OBJECTIVE To repair the breakroom with updated cabinets, countertop, sink etc. and remove mold. BACKGROUND Building 31 M bay breakroom hasn�t been renovated in many years. The cabinets are broken, wallpaper is peeling and there is visible mold. SPECIFIC REQUIREMENTS The contractor shall: � The contractor shall complete demolition of the lower breakroom cabinets only and counter and reinstallation of the same on Mondays and Fridays only. � Remove upper cabinets, save for reuse and install after wall work. � Relocate the refrigerators inside B31M bay where designated (not with water for ice), replace in the breakroom when completed. � Remove, microwaves, bulletin board etc. and all other items, store in a container and return all items. � Hang plastic to cover the opening to the breakroom. � Remove all wallpaper, glue etc. to the corner guards. Replace corner guards with same as existing. � Remove and replace all the 5/8� thick GWB that has mold and replace with mold resistant GWB. There is 100Sf of GWB to be replaced. Place all moldy GWB in bags and seal prior to leaving the breakroom. � Prepare all walls to level 4 IAW GA 214. The contractor must use a dustless sanding vacuum system when preparing the walls to minimize dust. No dust can migrate out of the breakroom. Use of an additional HEPA filter system in addition to the dustless sanding is required. Submit a separate dust plan for approval. � Prime and paint a minimum of 2 coats of satin sheen paint (IAW MPI), off white, provide samples for exact choice. � Replace all lower cabinets with the same type, style etc. as upper cabinets. Provide the same amount of draws and doors as existing. � Provide new cabinet pulls that match existing. � The base cabinets will need to be sized to fill the opening where they meet the walls and cover the flooring edges under the sink. � Cabinets, sinks etc. must meet ADA/ABA. � Provide a solid surface quartz countertop and 4� quartz backsplash with marbling, 1.25� thick. Align the colors, patterns, and veining of the slabs to create nearly seamless transitions. Provide physical samples for selection. � Provide a single undermount stainless steel sink the same dimensions as existing. � Provide a new gooseneck type facet same as existing. � Replace the plumbing under the sink (not in wall). � Rework the plumbing, valve etc. behind the fridge. Add a valve box recessed into the GWB. � Repair the cover base just outside the breakroom. � Replace the transition strip, match existing. � Repair any damaged grass areas from the dumpster, parking, toilet etc. with suitable soil, seed and straw. � Repair any damaged grass areas from the dumpster, parking, toilet etc. with suitable soil, seed and straw. � The concrete sidewalk currently has zero cracks. Any cracks found to be caused by the contractor shall be repaired by cutting out however many concrete sections are affected. No crack filling will be permitted. � Cover all smoke detectors to prevent dust from sounding the alarm. � Provide a MERV 8 filter over the return for the duration of this project. � Meeting location for the site visit shown in the map at the end of this document. PERIOD OF PERFORMANCE Completion date shall be no later than 60 days after notice to proceed. DISCLOSURE OF MAGNITUDE The dollar value of the ensuing contract is estimated to be between $30,000.00 and $62,500.00 See attached Statement of Work(SOW) for full requirement details. This acquisition is set-aside for 100% small businesses. The North American Industry Classification System (NAICS) Code is 236220 (Commercial and Industrial Building Construction). The small business size standard is $45M. 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 defined as the commutable radius. 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 and questions must be submitted no later than 01/31/25 COB. Acceptable method of quote or inquiries submission is Email to Robert.Moragues@dla.mil. Questions are due on 01/31/25, end of day. Submit questions via email to Robert.Moragues@dla.mil. Quotes are due on February 11, 2025, end of day. Submit quotes via email to Robert.Moragues@dla.mil. A Site visit is scheduled on location at Defense Supply Center Richmond(DSCR) on 01/28/25 @ 1000. There will only be one site visit; requests for additional site visits will not be honored. Persons interested in attending MUST pre-register through the link below. Processing by the Security Office can take up to 5 business days; interested parties are advised that a minimum of 3 business days is typically required. When following the link below, you will be prompted to enter a sponsor for the site visit. The Project Manager will serve as the sponsor for the site visit. The Project Manager for this requirement is Mike OConnor<Michael.OConnor@dla.mil). Site visit meeting location is marked on the map found on p.45 of the attached 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 solicitation are Robert �Lee� Moragues (Robert.Moragues@dla.mil). Reference Attachment 1 - Statement of Work (SOW) for additional work scope and details. Period of Performance: 60 days from NTP ******************************************************************************************************************* Additional 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 preenrollment 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/9d1d58bf94f947de8093c6e2c0bcea1b/view)
 
Place of Performance
Address: Richmond, VA 23297, USA
Zip Code: 23297
Country: USA
 
Record
SN07327988-F 20250201/250130230110 (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.