SOLICITATION NOTICE
H -- Erosion and sediment control support to DSCR
- Notice Date
- 2/4/2025 11:48:34 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- DCSO RICHMOND DIVISION #1 RICHMOND VA 23237 USA
- ZIP Code
- 23237
- Solicitation Number
- SP470325Q0011
- Response Due
- 2/14/2025 8:59:00 PM
- Archive Date
- 03/01/2025
- Point of Contact
- JUSTIN JONES, Phone: 8042792096, Heesun Redmond, Phone: 8042792921
- E-Mail Address
-
JUSTIN.1.JONES@DLA.MIL, heesun.redmond@dla.mil
(JUSTIN.1.JONES@DLA.MIL, heesun.redmond@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Please refer to Solicitation number SP4703-25-Q-0011 when responding to this requirement. This is a firm-fixed price award. This acquisition is set-aside for 100% small businesses. The North American Industry Classification System (NAICS) Code is 541380 and small business size standard is $19 Million. Department of Labor Wage Determination No.: 2015-4313 / latest Revision # applies to this requirement. Partial proposals will not be accepted. This requirement is to provide services erosion and sediment control (E&SC) support to the Defense Logistics Agency (DLA) Installation Management Richmond Environmental Office. Tasks include inspecting land disturbing activity that result in the disturbance of 10,000 square feet or greater, or in areas 2,500 square feet or greater that are designated under the Chesapeake Bay Preservation Act and providing written inspection procedures and reports to ensure Virginia Erosion and Sediment Control Plans (VESCP) requirements are maintained in accordance with 9VAC25-875-560 (Virginia Administrative Code) and onsite E&SC are properly implemented in accordance with 9VAC25-875-560. Refer to attached Statement of Work (SOW) for details. Requirement must be completed as stated in the SOW. Performance period will be a 12-month base period plus two 12-month option periods. Base performance period is estimated to start or after February 17, 2025. Site visit is required prior to submission of quote. Site visit date and time: January 30, 2025, at 11:00AM EST Site visit request/facility access: Contact Adam Berry at adam.berry@dla.mil or (804) 629-3653 to secure a day pass as he will be your sponsor. Please bring steel-toed boots, safety vest, and hard hat. The contractor must be registered in the System for Award Management (SAM) prior to award. SAM is the official U.S. Government system that consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. If not already registered in SAM, go to www.sam.gov to register prior to submitting your proposal. Quotes are due by Closing Date stated in the SAM.gov. All inquiries must be submitted 3 working days prior to closing date by e-mail to: justin.1.jones@dla.mil Point of contact for this solicitation is Justin Jones at phone (804) 279-2096, Email: justin.1.jones@dla.mil Contracting Office Address: DLA Contracting Services Office 6090 Strathmore Road Richmond, VA 23237-4474
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/647905c5bb9048839ee662dd2ac94ae5/view)
- Place of Performance
- Address: Richmond, VA 23237, USA
- Zip Code: 23237
- Country: USA
- Zip Code: 23237
- Record
- SN07331814-F 20250206/250204230030 (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 |