****08/06/2025
- A revised SOW has been published.
- Amendment SF30 SP470325Q00610001.pdf has been published to reflect the revised SOW.
- Questions and Answers have been published
****Site Visit Photos have been uploaded to Attachments in 7 separate .zip files.*****
Defense Supply Center Richmond(DSCR) Building 100/CDC Interior Repaint & Cabinet 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-0061 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 $200,000.00 - $250,000.00.
This acquisition is set-aside for 100% small business.
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 07/31/2025@1000. See "Additional Details" below for full text for parties interested in attending the site visit.
Deadline for questions is COB 08/04/2025 - 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 08/21/2025.
Acceptable method of quote: Email to contracting officer Robert Moragues <Robert.Moragues@dla.mil>
***************************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 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
The objective of this project is to prepare/paint all walls and trim inside the Child Development Center (CDC) per Installation Management Command schemes and replace select cabinets, sinks etc.
BACKGROUND
The interior walls of the CDC haven’t been painted in many years. The walls need to be cleaned, prepared and painted with epoxy paint to keep the surfaces protected. The cabinets are worn and need replacing.
SPECIFIC REQUIREMENTS(Revised)
The contractor shall:
For all the below items the contractor is required to follow – USACE STANDARD DESIGN CRITERIA CHILD DEVELOPMENT CENTERS FOR CHILDREN AGES 6 WEEKS – 5 YEARS, CATEGORY CODE: 74017, July 2020. (filename: "Room By Room Design Criteria_CDC-0-5 (July2020).pdf")
• Cover all HVAC returns in the room with a MERV 8 filter while sanding.
• Hang plastic over each interior door opening prior to start of working in that area.
• Properly prepare all GWB walls to Gypsum Association 214 level 4 and per paint manufacturer recommendations.
• Remove all the wallpaper from the areas that have it. Prepare those areas to level 5 IAW GA 214. Caulk all door and window frames to wall.
• All paint to be Sherwin Williams.
• All the paint to be epoxy paint (water-based epoxy paint).
• Paint all room walls, door trim and lite mullions, window trim and mullions and ceilings. Any area that currently has paint needs to be repainted.
• All paint requires a minimum of 2 coats of paint with no holidays drips, runs etc.
• All field paint sheen shall be eggshell. Ceiling sheen flat. Trim sheen semi-gloss.
• Paint all trim the field color Drifted Mist.
• Paint the interior of the foyer, doors and mullions same as trim color and sheen.
• Paint the exterior of the front door and side lites with exterior epoxy paint, same color and sheen as trim.
• Back roll all brush work.
• No spray painting is permitted.
• In the lobby remove all chair rails and dispose.
• Paint over the tree mural in the lobby.
• All sanding requires the use of a dustless type of sander.
• Provide a HEPA filter fan system in each area while sanding to contain dust.
• Cover all floors, desks, chairs, bookcases, cubbies etc. with plastic prior to sanding and painting.
• Replace any cove base removed with the same color size etc.
• Clean any dust from all areas after sanding.
• Replace all door stickers and any other labels if removed. Do not paint over any stickers.
• After the 1st coat of paint in any area a government inspection is required. Provide 1 business days’ notice for this inspection.
• Clean the interior of all glass windows and doors throughout the building, ensuring no glue, tape, anything remains.
• Work hours are from 6:00pm-5:30am M-F.
• Common area work and wallpaper work can only be completed on Friday, Saturday and Sunday. Common areas are considered areas with wallpaper, a few offices, lobby, foyer, breakroom, and both corridors.
• All government inspections shall take place between 0700-1430 M-F.
• The CDC staff will remove all items on the walls.
• Contractor to move all other items that aren’t affixed to the wall.
Those items can be painted around or removed at the contractor’s discretion.
• Use of fans to add in the drying of GWB repairs and paint is required.
• No smoking, vaping etc. of any kind is permitted on CDC grounds.
• Government personnel will make periodic Quality Assurance inspections and also monitor the work effort via the installed CCTV cameras.
• Provide a portable toilet
• A map that shows the site visit and parking location is shown at the end of this document.
• A floor plan of the CDC that shows the layout and accent color for specific walls are shown at the end of this document.
• A floor plan with the dimensions of the rooms is shown at the end of this document. Most ceilings are 8’ tall. The contractor may use these dimensions or measure themselves. The government is not responsible if the provided dimensions are incorrect.
Mill Work Rooms 105A, 106A, 107A, 108A and Laundry Room
The objective is to replace all the cabinets, countertops, sinks, knee wall cap wood and all associated items.
• Remove and dispose of all cabinets, countertops, sinks, knee wall wood and associated items.
• Replace all cabinets and pulls of the same size, height, locks, width, type etc. that is currently installed in each room.
• All cabinets to be heavy duty, cabinet grade wood with laminate finish.
Provide color choices for customer selection.
• Replace the plumbing under the sink (not in wall). Supply lines to be braided stainless steel.
• Replace all countertops and knee wall top wood (except laundry room) with a solid surface Corian countertop and 4” or larger Corian backsplash with marbling, .75” thick. Match backsplash height to match existing. Provide physical samples for selection.
• Replace all laundry room countertops with stainless steel.
• Replace all sinks with the same type, size, finish etc.
• All sinks to be undermount.
• Replace all faucets in-kind.
• Replace all diaper changing stations in-kind.
• Remove any items needed to replace cabinets etc. and reinstall.
• Representative photos of the cabinets are shown in the photos at the end of this document.
• Provide 1 color elevation sketch of a desk area, a large sink area and diaper changing area. Each elevation sketch needs to show the proposed cabinets, countertops, sink, colors etc. for customer selection. Provide 3 different color selections for each area. Customer may decide on a different color selection. Contractor to amend to meet customer choices.
• Cabinet work and paint shall be coordinated so both DFOW will be completed in each room at the same time.
• Provide submittal for all cabinet, countertop etc. work in one pdf portfolio for each different choice.
• Work phasing plan. To accommodate the CDC mission the following phasing plan shall be followed in order. All rooms need to be 100% completed, inspected and accepted prior to moving to the next section. Two children type rooms can be worked at one time.
1. Modular 1&2 Toddler
2. Modular 3&4 Infant
3. Modular 6&7 Preschool
4. Lobby, all corridors and all rooms in the hallway. As many corridor rooms can be completed at one time as possible so long as they as usable the next business day.
5. Rooms 105A & 106A
6. Rooms107A&108A
SEE REVISED SOW DOCUMENT (Statement of Work CDC Paint Interior (Rev1).pdf) for full project requirement details.
CONTRACTOR QUALIFICATIONS
5 Years experience in commercial painting and cabinetry.
PERIOD OF PERFORMANCE
Completion date shall be no later than 90 business days after notice to proceed.
*****************ADDITIONAL INFORMATION*******************************
A site visit will be held 07/31/2025 @1000. See p.45 of SOW for map for location of DSCR CDC/Building 100
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 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 <Michael.OConnor@dla.mil.> (Work Cell: 804-306-5273). 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 process and completes the credentialing process.