MODIFICATION
Z -- DSCR Building 46 ADA Touchless Door Operator Install
- Notice Date
- 12/18/2025 12:28:02 PM
- 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
- SP470326Q0013
- Response Due
- 1/19/2026 2:00:00 PM
- Archive Date
- 02/03/2026
- 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
- In accordance with executive order 14721 which requires agencies to procure commercially available products and services to the maximum extent practicable, this is a solicitation for commercially available services prepared in accordance with the format in FAR Part 12, and supplemented with additional information included in this notice. The solicitation number SP470326Q0013 is issued as a request for quote(RFQ). Award will be made to the Lowest Priced Technically Acceptable offeror. The resulting contract will be a firm-fixed price award with an expected Period of Performance of 75 days from notice to proceed. Disclosure of magnitude: the estimated magnitude of the award is between $20,000.00 - $50,000.000 This acquisition is set-aside for 100% small business. The North American Industry Classification System (NAICS) Code is 236220 (Repair or Alteration of Office Buildings). 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. A site visit will be held on 01/08/2026@1000. See ""Additional Details"" below for full text for parties interested in attending the site visit. Please note: Parties interested in attending the site visit MUST be vetted through security prior to the date of the site visit - vetting can take 5 business days, interested parties should plan accordingly. Deadline for questions is COB 01/12/2026 - Questions and Answers will be publicly posted as an attachment to the same notice id on SAM.gov as the solicitation. Generally, answers will be posted to SAM.gov within 2 working days of the deadline for questions. Deadline for quote is COB 01/19/2026. Acceptable method of quote: Email to contracting officer Robert Moragues ***********************Specific Requirements*************************** For an offer to be considered for award, the contractor must own, possess, or otherwise control a bona fide place of business from which mobilization occurs within 125 miles of Defense Supply Center Richmond. A bona fide place of business refers to a location where the offeror regularly maintains an office with at least one full-time employee. The offeror must include the address of this location in its bid. OBJECTIVES: The objective is to replace the push button handicapped operators to the wave, touchless type. BACKGROUND: To aid in a sanitary workplace, replacing the push button activators to wave type will help reduce the spread of germs. SPECIFIC REQUIREMENTS: The contractor shall � Replace all the 1st floor push button handicapped operators to the touchless wave type. � Wave operators rated high traffic. � Add wiring or other components as needed to affect this change. Battery operated not permitted. � Most location touchless size is 4.5�. Others are narrow size. Match size and type to existing. � Dispose of all push button operators and other debris. � If walls get damaged replacing the operators, repair and touchup the paint as necessary. � Provide safety barricades and signs to alert personnel in the area. � A floor plan that shows the location of the 1st floor operators (red dots) is shown at the end of this document. � A map that shows the location of the site visit meeting location and parking is shown at the end of this document. CONTRACTOR QUALIFICATIONS: 5 years installing these type devices. PERIOD OF PERFORMANCE: Completion date shall be no later than 75 days after notice to proceed. PROPOSAL EVALUATION: The proposal/quote and all documentation received by the Government from the contractor before the solicitation end date will be reviewed and evaluated based on the criteria listed below. The submission will be deemed either technically acceptable or technically unacceptable. The contractor is required to provide all documentation at the time of the submission and before the solicitation end date. Failure to provide all required documents will result in the contractor�s proposal/offer being technically unacceptable. Technically Acceptable � meets the minimum requirement and contains no deficiencies. Demonstrates an understanding of the services required to meet or exceed the contract requirements. An acceptable quality level of contract performance is anticipated. Technically Unacceptable � does not meet the minimum requirement and contains one or more deficiencies and/or omissions. Failure to demonstrate an understanding of the services required to meet the contract requirements. The acceptable quality level of contract performance is not anticipated. The following is a list of documents that shall be provided as separate PDF and/or hardcopy documents along with the proposal: Project narrative: � A narrative outlining the way the contractor is planning to accomplish the project � A list of definable features of work � Projected timeline Previous relevant project experience: � Provide a minimum of 5 projects completed within the last 5 years related to this SOW � Award amounts � Project descriptions � POC information � Contract numbers See attached SOW for full requirement details. Parties interested in submitting a quote for this project are advised and expected to have reviewed the entire SOW prior to site visit attendance. ******************ADDITIONAL INFORMATION********************* A site visit will be held 01/08/2026 @1000. See p.46 of SOW for DSCR map for location of DSCR B46 meeting location and parking location. In order to attend the site visit interested parties MUST follow the instructions below no less than 5 business days prior to the site visit. This is to allow time for vetting by base security. Plan on arriving at DSCR an hour prior to the site visit time, as the processing time through the visitor center fluctuates. Follow the link below to register through DBIDS, and a QR code should be provided for each visitor. The QR codes MUST be emailed to the Project Manager, Mike O'Connor (Work Cell: 804-306-5273 ). The QR code MUST be emailed to the project manager as soon as possible due to the lengthy vetting process of approximately 5 business days. The project manager will also serve as the sponsor for site visit attendees. 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 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 need to be 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. See attached SOW for full requirement details. Parties interested in submitting a quote for this project are advised and expected to have reviewed the entire SOW prior to site visit attendance.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/fadbf006fb0c4a0fa7d5c40d9b5b10b3/view)
- Place of Performance
- Address: 0, VA 23237, USA
- Zip Code: 23237
- Country: USA
- Zip Code: 23237
- Record
- SN07669802-F 20251220/251218230038 (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 |