Defense Supply Center Richmond(DSCR) Building 66-D Awning Repaint & Bird Netting Project
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-0063 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 90 days from notice to proceed.
Disclosure of magnitude: the estimated magnitude of the award is between $150,000.00 - $200,000.00.
This acquisition is set-aside for 100% small businesses.
The North American Industry Classification System (NAICS) Code is 236220 (COMMERCIAL AND INSTITUTIONAL 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.
A site visit will be held on 08/13/2025@1000. See "Additional Details" below for full text of pre-registration inofrmation for parties interested in attending the site visit.
Deadline for questions is COB 08/15/2025 - Questions and Answers will be publicly posted as an attachment to the same notice id on SAM.gov as the solicitation. Answers will be posted within 2 working days of the deadline for questions.
Deadline for quote is COB 08/27/2025.
Acceptable method of quote: Email to contracting officer Robert Moragues <Robert.Moragues@dla.mil>
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 120 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
Thoroughly clean the awnings and surrounding area of DSCR building 66 D bay(B66-D). Once cleaned, reseal(to include replacing any caulk removed during cleaning), and repaint the awnings located DSCR building 66 D bay(B66-D). Once painted, install bird netting for pest mitigation on the underside of awnings. This will include removing and disposing of existing biohazard bird waste and loose paint/caulking.
BACKGROUND
DSCR B66-D has an accumulation of bird waste causing health and safety hazard to all personnel utilizing the space. Additionally, B66-D exterior wall finish has deteriorated in various areas to the point that water is entering the building.
******************Specific Requirements**************************
The contractor shall:
• Cap off the wire for the electrical light running under the canopy at the nearest junction box. Remove and dispose of the 12 light fixtures, and all associated materials including wires, conduits, clamps, etc.
• Properly prepare the underside of the overhead dock awning of warehouse 66 D bay including all panels, angle, fire sprinkler piping, piping, conduit, etc. Use of pressure washing is permitted with water only. Scrape, chip etc. all loose paint off to a soundly adhered paint surface. Remove all the signs and replace after painting.
• Pressure wash and otherwise prepare the building face below the canopy and the adjacent 1st floor wall to remove all growth, dirt etc. to prepare the walls to accept paint. Use impervious booms or dikes to direct water to pervious areas. Block storm drains and use sump pumps or shop vacuums to collect water and discharge it to an appropriate area. No water/debris etc. may enter the storm drains.
• After pressure washing is complete an inspection is required to confirm acceptability. Provide two business days’ notice for this inspection.
• Reseal - replace any loose or damage caulking and mortar to prevent water intrusion.
• Prime the underside of the canopy and all other components; an inspection is required to confirm acceptability. Provide two business days’ notice for this inspection.
• Paint the underside of the canopy and all other components to match existing color. A well-known complying paint is Sherwin Williams Latitude exterior acrylic flat K60-650 series, the same color as existing. For the painting of metal surfaces, a known complying product is Sherwin Williams Pro Industrial DTM acrylic semi-gloss B66-1150 series. The contractor shall take a paint sample and match each color. Paint all areas with two coats. Once the first coat is completed and dry an inspection is required to confirm acceptability prior to the 2nd coat. Provide two business days’ notice for this inspection. No spray painting is permitted.
• Install commercial grade ¾” bird netting on the underside of the canopy to completely cover the entire canopy at the loading dock of building 66 in order to prevent birds, of any size, from being able to perch on the piping etc.
• The contractor will be allowed to use the nearest fire hydrant for water. The contractor is required to install a backflow preventer that’s been calibrated within the last 6 months. Provide documentation prior to use. The contractor shall also submit for a hydrant permit. Contact the PM 2 weeks prior to needing to use the hydrant.
• If electrical power is available on the outside of the building the contractor may use. Otherwise, the contractor shall provide their own power. No cords can be run through windows, doors etc.
• Provide a portable bathroom with hand washing station.
• Contractor to take their own measurements.
This project shall be executed in two sections; a minimum of two bays must remain open at all times. The first section shall be completed, and must be approved by the Project Manager, before the contractor may proceed to the second section. Sections 1 & 2 boundaries/definitions to be established after award.
See attached SOW for full text of requirement.
PERIOD OF PERFORMANCE
Completion date shall be no later than 90 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 contractor’s proposal/offer being technically unacceptable. Award will be made on a Lowest Priced Technically Acceptable basis.
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. 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 (list of definable features of work, projected timeline, etc.)
• List of previous RELEVANT project experience (last 5 years) along with award amounts, project descriptions, contract numbers, and POC information.
SEE SOW FOR FULL DESCRIPTION OF PROJECT REQUIREMENTS
*************ADDITIONAL INFORMATION************************
A site visit will be held 08/13/2025 @1000. See p.45 of SOW for map for location of DSCR B66.
In order to attend the site visit interested parties MUST follow the instructions below, not later than 3 business days prior to the site visit. This is to allow time for screening 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 begin registration through DBIDS, and a QR code will be issued by DBIDS for each visitor. The QR codes MUST be emailed to the sponsoring Project Manager, Jose Reynoso <Jose.Reynoso@dla.mil> (Work Cell: 804-944-0869). The QR code MUST be emailed to the project manager no less than three working days prior to the site visit. 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 processand completes the credentialing process.