DSCR B42 Bellwood Manor Repairs

Project ID: SP470326Q0035 FederalOpportunitiesSolicitation
Overview
AgencyDCSO Richmond
Deadline05/21/26
Posted05/06/26
Estimated ValueNot Provided
Set AsideSBA
NAICS236220 - Commercial and Institutional Building Construction
PSCY1AA - Construction Of Office Buildings
LocationRichmond, VA 23237 United States
Description
Primary Latest Change

Posted: April 23, 2026, 12:37 p.m. EDT

Current (Newest Update)

Posted: May 6, 2026, 12:30 p.m. EDT UPDATE: SOW rev3 has been added to the attachments list. This supercedes all prior versions. Quote IAW this SOW. ---------------- Solicitation Defense Supply Center Richmond (DSCR) Building 42 Bellwood Manor Repairs This is a solicitation 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 SP4703-26-Q-0035 is issued as a request for quote (RFQ). The resulting contract will be a firmfixed price award with a period of performance of 130 days after the Notice to Proceed. This acquisition is set-aside for 100% small businesses. The North American Industry Classification System (NAICS) Code is 236220, Construction Contractors. The small business size standard is $45M. 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. The place of mobilization shall be listed in the technical approach. Moreover, the Contractor must demonstrate that building construction is a core part of their business. 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 May 8, 2026, end of day. Submit questions via email to Brandon.Jump@dla.mil. Quotes are due May 20, 2026 end of day. Site visit May 6 2026 at 09:30. Submit your DBIDS requests per the below. Project Manager Mike O'Connor Michael.OConnor@dla.mil. 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: 130 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(c), 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.

Contacts
Contact nameBrandon Jump
Contact emailbrandon.jump@dla.mil
Contact phone(445) 737-4512
Same Region Opportunities