Virginia Bids > Bid Detail

Defense Supply Center Richmond(DSCR), Building 59 E, Implant Office Demolition

Agency:
Level of Government: Federal
Category:
  • P - Salvage Services
Opps ID: NBD00159055802830548
Posted Date: Feb 29, 2024
Due Date: Mar 8, 2024
Source: https://sam.gov/opp/94587e6ece...
Defense Supply Center Richmond(DSCR), Building 59 E, Implant Office Demolition
Active
Contract Opportunity
Notice ID
SP470324Q0021
Related Notice
Department/Ind. Agency
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 29, 2024 01:22 pm EST
  • Original Published Date: Feb 02, 2024 03:25 pm EST
  • Updated Date Offers Due: Mar 08, 2024 05:00 pm EST
  • Original Date Offers Due: Mar 02, 2024 05:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 23, 2024
  • Original Inactive Date: Mar 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: P400 - SALVAGE- DEMOLITION OF BUILDINGS
  • NAICS Code:
  • Place of Performance:
    , VA 23237
    USA
Description

Defense Supply Center Richmond(DSCR) Building 59E Implant Office Demolition



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 SP4703-24-Q-0021 is issued as a request for

quote (RFQ). The resulting contract will be a firm-fixed price award with an expected Period of Performance of 90 days

after issuance of the Notice to Proceed (NTP). This acquisition is set-aside for 100% small businesses. The North

American Industry Classification System (NAICS) Code is 238910 (Site Preparation 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.



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.



SPECIFIC REQUIREMENTS

-The contractor shall demolish the entire 59E implant office.

-Remove all electrical wiring and conduit back to the panels.

-Remove all data, cable etc. back to the switch. Will need to coordinate with J6 to access COMM closet. Provide 5

business days’ notice to access the comm closet. Remove the cable tray to the highest point.

-Remove all flooring down to bare concrete.

-Fill up to 200LF of cracks in the concrete floor. Grind out the cracks ¼” deep and wide. Clean and fill with an

approved concrete crack filler per manufacturers recommendations. Prior to filling cracks an inspection is required.

Provide 2 business days’ notice for this inspection.

-Remove the expansion joint in the floor completely. Fill the expansion joint with an approved expansion joint sealant

per manufacturers recommendations. Prior to filling the expansion joint an inspection is required. Provide 2 business

days’ notice for this inspection.

-On the exterior of this implant (but inside the warehouse) there are water lines that went to a hot water heater. The

HW heater has been removed but the copper water lines remain. Cap off the old water lines that went to the water

heater as high as possible along the North wall.

-Remove and cap off the fire sprinkler system. Remove all fire alarm devices. Remove the vertical pipe to the highest

level to meet the horizontal pipe.

-Demo the concrete around all drains so a plug/cap can be installed on all the drain lines to seal off gases. Place

concrete over the plugged/capped a minimum of 4” thick. Bagged concrete may be used. Prior to placing concrete an

inspection is required. Provide 2 business days’ notice for this inspection.

-Remove and dispose of all materials, furniture and any other items left in this office.

-Remove all equipment mounted to the wall including any associated conduit. Patch all holes left by removing these

items.

-The concrete floor in the footprint of the implant office needs to match the surrounding area in smoothness. Polish

the footprint to a minimum image clarity of level 1 (flat). All glue, adhesives etc. need to be removed. The floor

needs to be free of protrusions.

- Prime/paint the floor to match the surroundings area using a minimum of two coats. Take a sample of the surrounding

floor paint to match. Use a paint with low VOC and that allows vapors to pass through.

- Move all lockers or other items on the outside of the office that may be in the way of demolition.

- Remove and save the access card reader at the main doors. Provide to PM.

- Remove and save all the fire alarm notification appliances. Provide to PM.

-Reinstall one of the existing notification appliances on the east wall of the bay, approximately 25 ft. from the

north wall of the bay. The appliance should be adjusted to the 110-candela setting. Install and test per NFPA.

-All inspections for this project must take place on Tuesdays, Wednesdays, or Thursdays regardless of when

notification is provided.

-A dumpster can be placed very close to this implant outside the warehouse.

-Provide a portable toilet.

-Any other items not listed in this SOW shall be considered part of this demolition project.

-The specific location of 59E is shown in red on the map at the end of this document.

The height of the office is about 12’. The height of the warehouse roof is approximately 35’. If the contractor would

like to look at the top of the office, they need to provide their own correctly sized ladder. No one will be allowed

to walk on the office top for pre-bid investigation.

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 includes 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

submission is Email to Robert.Moragues@dla.mil.

Questions are due on February 29, 2024, end of day. Submit questions via email to Robert.Moragues@dla.mil.

Quotes are due on March 02, 2024, end of day.

A site visit will be held at 1030 on February 22, 2024. A map which details the location of the site visit can be

found on p.42 of the Statement of Work(SOW). Visitors must contact the Project Manager/Sponsor, Mike OConnor (via

email only at Michael.OConnor@dla.mil) 72 hours prior to the site visit and confirm plan to attend.

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 points of contact (POC) for this requirement is Robert “Lee” Moragues (Robert.Moragues@dla.mil).



Reference Attachment 1 - Statement of Work (SOW) for additional work scope, details, and DSCR map.

Period of Performance:90 days from NTP



**********************************Submission Requirements*****************************************************

Instructions:

Instructions contained herein are to serve as a guide in preparation of offers for this solicitation and are not

intended to be all inclusive. These instructions generally describe the type and extent of information that should be

provided in the offer and emphasize several areas that are generally considered significant. The offeror is expected

to completely examine and analyze all aspects of the technical areas to be addressed and to include information in its

offer that will enable the evaluators to determine the offerors’ understanding of the requirements.

Offers submitted shall be contained in two separate volumes as follows:



Volume I – Technical Submission:

The Technical Submission should consist of two elements:

(1) A description of the vendors’ understanding of the work to be performed as described in the Statement of Work.

The description should demonstrate an understanding of the requirement and include a plan for satisfying the

Government’s minimum needs. The description should outline the actual work as specifically as possible.

(2) Past Performance: The vendor shall document past performance and experience working with projects similar to the

one described in the SOW. Documentation shall include relevant contract numbers, a brief description of the scope and

magnitude of the work, information pertaining to when the work was completed, and a customer POC with contact

information. Past performance and experience should demonstrate relevancy to the solicited projects, and document

customer satisfaction and quality level achieved on prior projects.

Total Page Limit for Volume I: Five (5) pages.



Volume II – Pricing:

By way of a fully executed/signed (including Section B) SF 1442, a firm fixed price quotation shall be provided for

this requirement. Additional pricing information may be requested and/or provided separately as necessary. The

Contractor is responsible for providing adequate documentation to enable a thorough evaluation of the offer and may

choose to supplement the lump sum pricing stipulated on the SF 1442 with a formal quote and/or price breakdown on

company letterhead, if desired.



*****************************************Evaluation Criteria********************************************************

The offer will be evaluated on the basis of the following criteria:



Factor 1 - Technical Acceptability



In evaluation of this factor, offers will be evaluated to ensure:

1. The Vendor possesses an adequate understanding of the work as well as a process for ensuring quality

and timeliness.

2. The Government has an acceptable level of confidence that the vendor can adequately perform the

work described in the SOW.



Based on the Government’s evaluation of the respective vendor’s technical submission, each vendor shall

be assigned an overall Technical Rating in accordance with the definitions below:



Technically Acceptable: Offer meets the requirements of the solicitation and based on the offeror’s performance

record, the Government has a reasonable expectation that the offeror will successfully perform the required

effort, or the offeror’s performance record is unknown.



Technically Unacceptable: Offer does not meet the requirements of the solicitation and/or based on the offeror’s

performance record, the Government does not have a reasonable expectation that the offeror will be able to

successfully perform the required effort.



Factor 2- Price



Proposed price will be evaluated to determine reasonableness and completeness. The total firm-fixed

price will be evaluated.



***************************************Standard DSCR Visitor Information************************



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 preenrollment 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. Visitors should arrive at the visitor center at least 45 minutes prior to

their meeting time to receive visitor badges.


Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >