Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 11, 2025 SAM #8628
SOLICITATION NOTICE

Z -- Mission Essential Projects

Notice Date
7/9/2025 8:16:35 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
DLA DISTRIBUTION NEW CUMBERLAND PA 17070-5008 USA
 
ZIP Code
17070-5008
 
Solicitation Number
SP330025B0005
 
Archive Date
12/31/2025
 
Point of Contact
PAUL HOLBERT, Phone: 7177707492, BENJAMIN BAILEY, Phone: 7177705390
 
E-Mail Address
paul.holbert@dla.mil, benjamin.bailey@dla.mil
(paul.holbert@dla.mil, benjamin.bailey@dla.mil)
 
Small Business Set-Aside
WOSB Women-Owned Small Business
 
Description
Contractor is to furnish all labor, management, supervision, tools, materials, equipment, and transportation to complete ?Mission Essential Projects? at DDJC with all the required components over the identified work areas. This project is 100% Women Owned Small Business Set Aside. The following summary of work is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. It is expected that the contractor will visit the site of work and thoroughly familiarize him/herself with the conditions existing there. PROJECT DESCRIPTION: The Contractor shall provide all labor, material, equipment, and supervision as per the Statement of Work, Drawings, and Specifications for the projects at three different warehouses at Defense Distribution Depot San Joaquin CA 95304. Inside Warehouse 18 Section 4 the contractor shall install a single-story modular building (16?x40? ? 4 workstations) with its required accessories and ready to use upon completion, electrical outlets and IT LAN jacks for 18 additional warehouse workstations, an electric infrared tubular heater for 15 workstations, and two Industrial High Volume Low Speed Fans. Outside to the west of warehouse 18-4, the contractor shall install and repair pavement. Inside Warehouse 17 Section 4-2 the contractor shall install a single-story modular building (15?x20? ? 2 workstations) with its required accessories and ready to use upon completion. Inside Warehouse 16A1 the contractor shall remove a two story-modular office, one set of steel staircases, communication cables, cable trays, electrical conduit with components, a two-inch railing system, and cut and tap fire suppression sprinkler system. Performance Period: Contractor shall commence work upon Notice to Proceed and shall complete the entire work ready for use within 365 calendar days (12 months) after receipt of Notice to Proceed. Working Hours: The work shall be performed during regular working hours which consist of an 8-1/2 hour period which will coincide with the working hours of Defense Logistics Agency, DDJC, consisting of a normal, five (5) day, forty (40) hour week, Monday through Friday, from 7:00am to 3:30pm (including clean-up), excluding Federal Government holidays. Federal holidays are those days officially observed by the Federal Government. Saturday holidays are observed on the preceding Friday and Sunday holidays the following Monday. They are New Years Day, Martin Luther King Day, Presidents Day, Memorial Day, Juneteenth, July Fourth, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, and any other day as may be declared by the President to be a Federal holiday. The NAICS Code for this procurement is 236220. The small business size standard is $45M.The magnitude of this construction effort is between $1,000,000 and $5,000,000.The tentative timeframe for issuance of the Invitation for Bid (IFB) solicitation SP3300-25-B-0005 for the above stated requirement is on or around, 24 July 2025. The exact date and time for the pre-proposal/site visit will be stated in the solicitation. NOTICE TO VENDORS: Electronic submissions are mandatory for this solicitation, utilizing the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. To submit a Bid, vendors must have the Proposal Manager Role activated in the PIEE. Detailed guidance on posting a bid is provided in the PIEE Posting Offer demo, accessible through the general 10-step process described on the PIEE platform. ELECTRONIC SOLICITATION: All documents related to this solicitation, including attachments, amendments, and notifications, are posted to the PIEE Solicitation Module. A link to these documents will be available on www.sam.gov. All Bids and amendments must be submitted through the PIEE Solicitation Module only. Hard copies of the solicitation will not be distributed. Any questions concerning this project should be directed to the Acquisition Specialist Paul Holbert at paul.holbert@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the IFB. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the IFB due date. Failure to acknowledge amendments may render your bid ineligible for award.NOTE: All offerors MUST be registered in the System for Award Management (SAM) Database at http://www.sam.gov or an award cannot be processed. The solicitation will identify all information that the prospective offeror must submit in order to be considered for award. Failure to submit all the information requested by the solicitation may result in the bid being eliminated from consideration for award. All responsible Women-Owned Small Business concerns may submit a bid which shall be considered by this agency. The Government intends to award a contract as a result of this IFB. Award will be made to the lowest responsive, responsible bidder. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4093b1a9fab24b46beb2403169ec80ba/view)
 
Place of Performance
Address: Defense Distribution Depot San Joaquin CA 95304
Zip Code: 95304
 
Record
SN07503205-F 20250711/250709230049 (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.