MODIFICATION
Y -- Defense Supply Center Richmond - B97 VOQ Renovation
- Notice Date
- 1/31/2025 12:13:41 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
- SP470325B0003
- Response Due
- 3/5/2025 8:59:00 PM
- Archive Date
- 03/20/2025
- Point of Contact
- Brandon Jump, Phone: 8042794512, Fax: 8042793246
- E-Mail Address
-
brandon.jump@dla.mil
(brandon.jump@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SITE VISIT: 12 February 2025 at 9am. Meet at VOQ Building 97 (B97) Continuation Page Defense Supply Center Richmond (DSCR) Building 97 (VOQ) Renovation This is a solicitation for construction prepared in accordance with the format in FAR Part 14 and FAR Part 36, as supplemented with additional information included in this notice. The solicitation number SP4703-25-B-0003 is issued as an Invitation for Bid (IFB). The resulting contract will be a firm-fixed price award with an expected Period of Performance of 365 days from the issuance of the Notice to Proceed. This acquisition is set-aside for 100% small businesses. The North American Industry Classification System (NAICS) Code is 236220 (Miscellaneous Buildings). The small business size standard is $45M. DEPARTMENT OF LABOR WAGE DECISION (CONSTRUCTION) Any contract awarded as a result of this solicitation will be subject to the U.S. Department of Labor Wage Decision(s) Number VA20240017 01/10/2025. For an offer to be considered for award, the contractor must have a physical office from which mobilization occurs within 120 miles to DSCR. 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 bid. Questions are due on February 19, 2025, end of day. Submit questions via email to Brandon.Jump@dla.mil. Bids are due on March 5, 2025, end of day. Bids shall be delivered via DOD SAFE by the deadline. The interested party MUST contact the Contract Specialist by (and no later than) 12:00 (noon) Eastern Time one day prior to the Bid Due Date, so that the Contract Specialist can issue the Drop Off Request to the interested party. Use the �Drop Off� icon and set the Contract Specialist email as the recipient. You may also add the Contracting Officer email as a secondary recipient email. After you have submitted the Drop-Off, you will receive a confirmation email timestamping your submission. Save this email for your records. Do not send your bid to the Government more than five days ahead of the closing date. The retrieval link is only valid for seven days. 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 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 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. DBIDS enrollments shall be completed with five (5) days before the site visit. �Electronic Bid Opening There will be a �public� bid opening conducted by the Government via teleconference on 6 March 2024 at 02:00 PM ET for participating bidders. The teleconference phone number and access codes will be emailed to participants once bid submission due date and time has lapse. Bidders will be able to participate in the reading of the bids through this teleconference. A bid abstract containing bid results will be distributed to participating bidders within twenty-four (24) hours of the bid opening. Upon request, the DLA Contracting Services Office R1 will make the opened bids available for examination. A copy of the duly executed Bid Guarantee (signed by principal and surety with raised seal) must also be included in the bid submittal. A physical copy of the Bid Guarantee in proper form with evident raised seal must be submitted within seventy-two (72) hours to the Government upon request from the apparent low bidder. Additionally, the bid submission shall provide signed BID by letter to include SF1442 and SF30 acknowledgment of ALL Amendments.� In accordance with FAR 52.228-1, Bid Guarantee, the bidder is required to submit a Bid Guarantee of at least 20% of the bid price (not to exceed $3 million). INSPECTION OF THE SITE Prospective bidders are invited to visit the site of the work in order to acquaint themselves as to site conditions and other problems incident to the prosecution of the work. Arrangements for inspection of the site are identified in the clause 52.236-27, entitled ""SITE VISIT (CONSTRUCTION)."" BASIS OF AWARD All blanks must be filled in by the bidder. All unit prices and net amounts must be rounded to the nearest whole cent. In order for the bidder to be considered responsive all CLINS must provide pricing in order to be considered. A single award will be made to the lowest responsible, responsive bidder on the basis of the total bid price. Prior to making an award, a pre-award survey will be made, and the low bidder will be required to show that they have the necessary capital, experience, and owns or can procure the necessary plant to commence the work at the time prescribed in the specifications and thereafter to prosecute and complete the work safely and satisfactorily within the time specified. INCURRING COSTS The Government is not liable for any costs incurred by the bidder submitting a bid in response to this Solicitation. AGENTS Bids signed by an Agent must be made in the name of the Principal and must be accompanied by evidence of said Agent�s authority to act on behalf of its Principal UNBALANCED BIDS Any bid which is materially unbalanced as to prices for the contract line items may be rejected as non-responsive or otherwise not considered for award. An unbalanced bid is one which is based on prices significantly less than cost for some work and prices which are significantly overstated for other work. UNAUTHORIZED INSTRUCTIONS FROM GOVERNMENT OR OTHER PERSONNEL The contractor shall not accept instructions issued by any person, employed by the U.S. Government or otherwise, other than the Contracting Officer or the Authorized Representative of the Contracting Officer acting within the limits of his/her authority as defined in the Designation of Authority letter. MAGINITUDE OF CONSTRUCTION 36.204 Disclosure of the magnitude of construction projects. | Acquisition.GOV In accordance with FAR Part 36.204(f), the estimated Magnitude of Construction for this project is between $500,000 and $1,000,000. BIDDER QUESTIONS AND COMMENTS All questions and/or comments for this solicitation should be submitted through SAM.Gov, as shown below. All submitted questions will be responded to via SAM.gov and an amendment issued prior to the solicitation closing date. SOCIO ECONOMIC STATUS VALIDATION This IFB is 100% set aside for Small Businesses. In order to verify the bidder�s socio-economic status, the System for Award Management (SAM) website will be used to verify. In accordance with FAR 52.204-7 SAM Registration please ensure that your Unique Identifier Code (Cage Code or DUNS) is on page 1 of your bid in order to be responsive. Bidders must represent their Socioeconomic status. If you are submitting a bid as a Joint Venture (JV) you need to submit your JV Agreement with your bid. MISTAKES IN BID In case of discrepancies between the unit price and the extended total, unit price will be held to the intended bid and the total of the CLIN will be recalculated by multiplying the proposed unit price by the estimated quantity. ISSUANCE OF NOTICE TO PROCEED: A notice to proceed (NTP) will be issued by the Government for work required under this contract. It is the Government�s intent to issue the first NTP during the normal course of business, soon after contract award. Per 52.211-10, the contractor is required to complete all requirements ready for use no later than 365 days from NTP. PERIOD OF PERFORMANCE The SCHEDULE for the base items (CLIN 0001) shall begin performance within 10 calendar days from issuance of the NTP and complete all work within 365 days from issuance of NTP. LIQUIDATED DAMAGES 52.211-12 Liquidated Damages-Construction. LIQUIDATED DAMAGES-CONSTRUCTION (SEPT 2000) (a) If the Contractor fails to complete the work within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount of _$500_ for each calendar day of delay until the work is completed or accepted. (b) If the Government terminates the Contractor�s right to proceed, liquidated damages will continue to accrue until the work is completed. These liquidated damages are in addition to excess costs of repurchase under the Termination clause.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7fea53d7698946e6b5e579d21a83bba8/view)
- Place of Performance
- Address: North Chesterfield, VA 23237, USA
- Zip Code: 23237
- Country: USA
- Zip Code: 23237
- Record
- SN07329078-F 20250202/250131230107 (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 |