Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2025 SAM #8601
SOLICITATION NOTICE

J -- DCSR WH3 Boiler Tube Replacement

Notice Date
6/12/2025 10:41:23 AM
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
DCSO RICHMOND DIVISION #1 RICHMOND VA 23237 USA
 
ZIP Code
23237
 
Solicitation Number
SP470325Q0050
 
Response Due
6/27/2025 8:59:00 PM
 
Archive Date
07/12/2025
 
Point of Contact
Corinne Kuge, Brandon Jump, Phone: 8042794512
 
E-Mail Address
Corinne.Kuge@dla.mil, brandon.jump@dla.mil
(Corinne.Kuge@dla.mil, brandon.jump@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Defense Supply Center Richmond (DSCR) Warehouse 3 Boiler Tube Replacement This is a synopsis for construction prepared in accordance with the format in FAR Part 36, using Simplified Acquisition Procedures found at FAR Part 13, as supplemented with additional information included in this notice. The solicitation number SP4703-25-Q-0050 is issued as a request for quote (RFQ). The resulting contract will be a firm-fixed price award with a period of performance of 60 days after the Notice to Proceed (NTP). This acquisition is set-aside for 100% small businesses. The North American Industry Classification System (NAICS) Code is 238220 (Plumbing, Heating, and Air-Conditioning). The small business size standard is $19M. Department of Labor Wage Determination based on location of the service provided (Richmond, VA). Partial proposals will not be accepted. For an offer to be considered for award, the contractor must be within a commutable driving distance to the DSCR facility. A 120-mile radius from DSCR is considered the commutable radius. Moreover, the Contractor must demonstrate that boiler maintenance and repair are a core part of their business. Subcontracting with another company is not acceptable. The contractor shall specify in their quote the address from which mobilization occurs. Award will be made to the lowest priced, technically acceptable (LPTA) offeror that meets the requirements stated in the Statement of Work and the solicitation. Also refer to clauses and provisions included in this notice. Past performance will be considered a part of Technical Acceptability, and the Contracting Officer will pull contractor data from CPARS and SPRS. 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 quote. All inquiries must be submitted no later than 7 business days prior to closing date. Acceptable method of quote or inquiries submission is Email to brandon.jump@dla.mil. Questions are due on June 25, 2025, end of day. Submit questions via email to Brandon.Jump@dla.mil. Site visit date is TBD. Submit your DBIDS requests per the below. 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. The point of contact (POC) for this requirement is Brandon Jump (brandon.jump@dla.mil). Reference Attachment 1 - Statement of Work (SOW) for additional work scope and details. Period of Performance: 60 days from Notice to Proceed MAGINITUDE OF CONSTRUCTION 36.204 Disclosure of the magnitude of construction projects. | Acquisition.GOV In accordance with FAR Part 36.204(a), the estimated Magnitude of Construction for this contract is between $100,000 and $250,000. 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/c1f6bd0211c049dfa129929091b7e057/view)
 
Place of Performance
Address: Richmond, VA 23237, USA
Zip Code: 23237
Country: USA
 
Record
SN07475415-F 20250614/250612230038 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.