MODIFICATION
J -- DSCR B54 HVAC Condenser Replacement Project
- Notice Date
- 10/24/2025 10:48:14 AM
- Notice Type
- Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- DCSO RICHMOND DIVISION #1 RICHMOND VA 23237 USA
- ZIP Code
- 23237
- Solicitation Number
- SP470326Q0002
- Response Due
- 11/28/2025 2:00:00 PM
- Archive Date
- 12/13/2025
- Point of Contact
- Robert Moragues, Phone: 8042795309, Fax: 8042793246, Kyle Gregory, Contracting Officer, Phone: 8049806388
- E-Mail Address
-
robert.moragues@dla.mil, Kyle.Gregory@dla.mil
(robert.moragues@dla.mil, Kyle.Gregory@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Defense Supply Center Richmond(DSCR) Building 54A HVAC Condenser Replacement 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 SP4703-26-Q-0002 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 $50,000.00 - $100,000.00 This acquisition is set-aside for 100% small business. The North American Industry Classification System (NAICS) Code is 238220 (Plumbing, Heating, and Air-Conditioning Contractors). The small business size standard is $19M. 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 11/13/2025@1000. See ""Additional Details"" below for full text for parties interested in attending the site visit. Please note: Parties interested in attending the site visit must be vetted through security prior to the date of the site visit - depending on backlog, vetting can take from 3-5 business days. Please plan accordingly. Deadline for questions is COB 11/17/2025 - 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 11/28/2025. Acceptable method of quote: Email to contracting officer Robert Moragues *************************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 Replace the current HVAC system located outside of the southwest corners of building 54A with two separate fully functional A/C Condensing units in order to cool two separate artifact storage rooms. BACKGROUND The current, single 13-ton unit, in addition to being inefficient and uses refrigerant that is now deemed hazardous to the environment, regularly fails to reset after minor power blips, blows fuses and fails to maintain adequate temperatures which could lead to the deterioration of the store artifacts in the two preservation rooms. SPECIFIC REQUIREMENTS The contractor shall: � Remove the A/C Condensing unit outside of building 54E located on the southwest corner. � Remove the current air handler unit located in the ceiling � Remove all the electrical equipment that is not capable of operating the new equipment to be installed � Remove all the ductwork associated with the current heating system being replaced � Install 2 separate, 7.5-ton and 5-ton, A/C Condensing unit and have them properly mounted and secured onto a concrete base. � Install 2 separate disconnect switches and electrical equipment compatible with the new HVAC units installed. � Install 2 separate, 7.5-ton and 5-ton, air handler unit in the ceiling of the artifact storage rooms o The 7.5-ton HVAC system is intended for the larger of the two rooms o The 5-ton HVAC system is intended for the smaller of the two rooms � Install new supply ducts, with insulation, for each air handler consisting of a minimum of 24� x 24� o Provide all duct detectors, dampers, guards etc. to be incompliance with all NFPA requirements. � Install two digitals, manually operated thermostats, on an area of the wall where the thermostat is easily accessible and able to operate. � Charge the new systems with the appropriate amount of its recommended refrigerant in order to operate at its maximum efficiency. o Perform leak test and evacuate the system before final charge � Use existing equipment such as, but not limited to conduit, refrigerant line, disconnect, diffusers and any other fully functional electrical component. o Must recondition any existing equipment that they are to reuse to receive any replacement material they are installing. � Provide commissioning and startups IAW with this SOW. � Must provide their own lavatory for the duration of the period of performance. Any refrigerant added or removed from any equipment on the Installation must be documented. No refrigerant may leave the Installation without first being reviewed by the Contracting Officer Representative. When refrigerant-containing equipment is disposed, Contractor�s technician shall provide written record of the amount of refrigerant by type: i) recovered from all disposed appliances; ii) transferred for reclamation and/or destruction, iii) the person/company to whom it was transferred, and iv) the transfer date and provide documentation to the COR. CONTRACTOR QUALIFICATIONS The Contractor shall be normally engaged in HVAC, as their primary line of business and shall have at least 5 years of documented experience working on Air Conditioning systems. PERIOD OF PERFORMANCE Completion date shall be no later than 90 business 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. 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 � A list of definable features of work � Projected timeline Previous relevant project experience � Provide a minimum of 5 projects completed within the last 5 years related to this SOW � Award amounts � Project descriptions � POC information � Contract number / Unique Identifier number See attached SOW and SF1442 Solicitation for full requirement details. Parties interested in submitting a quote for this project are advised and expected to have reviewed the entire SOW prior to site visit attendance. **********************ADDITIONAL INFORMATION********************* A site visit will be held 11/13/2025 @1000. See p.45 of SOW for map for location of DSCR B54A 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, Jose Reynoso (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 process and completes the credentialing process. See attached SOW and SF1442 Solicitation for full requirement details. Parties interested in submitting a quote for this project are advised and expected to have reviewed the entire SOW prior to site visit attendance.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e6e8870f07ac44e3859b1f960051532d/view)
- Place of Performance
- Address: Richmond, VA 23237, USA
- Zip Code: 23237
- Country: USA
- Zip Code: 23237
- Record
- SN07627516-F 20251026/251024230035 (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 |