Loading...
SP4703-26-Q-0043
Response Deadline
Jun 13, 2026, 3:59 AM(EDT)32 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
Combined Synopsis/Solicitation for commercial goods and services IAW FAR part 12.
Defense Supply Center Richmond (DSCR) B66C HVAC Packaging Unit Replacement
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-0043 is issued as a request for quote (RFQ). The resulting contract will be a firm-fixed price award with a period of performance of 90 days after the Notice to Proceed.
1. OBJECTIVES
Demolish and replace a 20-Ton indoor package unit with a brand new, fully functional, 20-Ton indoor package unit with
a heat pump. The new unit must be integrated into the current unit’s operating system.
2. BACKGROUND
The current steam powered 20-Ton Package unit has been subjected to condensation and leaks overflowing onto the floor.
The excessive amount of water has led to the surrounding area being damaged and repaired multiple times.
3. SPECIFIC REQUIREMENTS
The contractor is responsible for all material, hardware, tools, labor, etc. The contractor shall supply a dumpster and a portable bathroom for the duration of the project. All demolished material shall be disposed of off-site. The areas that were disturbed shall be fixed to restore original condition. All hardware and equipment shall be fully operational after turnover.
The contractor shall:
3.1 Mobilization
• Submit any documentations required to execute this project, i.e. certifications, equipment submittals, project schedule, etc.
• Deliver any equipment that is to be used during the execution of this project, i.e. scaffolds/lifts, safety equipment, tools, etc.
3.2 Site Preparation and Protection
• Install a barrier to isolate the work area to ensure anyone not authorized enters the constructions zone.
• Display signage warning people that authorization and Personal Protective Equipment are required when entering a construction zone.
3.3 HVAC Demolition
• Discharge the current unit refrigerant into cylinders provided by the installation. Once discharged, the refrigerant is to be documented and turned into the installation via the Project Manager.
• Remove the current 20-Ton Steam Package unit in Bay D.
• Cut and cap the steam lines that were powering the current unit.
• Dispose of all the debris off site.
3.4 Flooring Repair
• Inspect the affected area to determine the extent of water erosion and surface deterioration.
• Document existing conditions (photos, measurements, reports, etc.).
• Mechanically grind damaged area to expose sounds substrate and clean the area using an appropriate method i.e. vacuuming, pressure washing, etc.
o Give 48-hour notice to the Project Manager for inspection and approval.
o No harmful chemicals may be used.
• Fill in the removed and eroded sections using appropriate concrete repair material so that the area is level and
smooth to match the adjacent surface.
o Allow adequate cure time per manufacture specification.
• Grind and polish utilizing diamond abrasive to achieve a uniform finish to the surrounding area.
• Apply a sealant and/or protective coating to strengthen the surface.
• Paint the area to match the existing color.
o Contractor is to take a sample to match the color.
3.5 HVAC Installation
• Install a 20-Ton Indoor Package unit with a Heat Pump utilizing proper mounting specifications from the manufacture.
• Install an appropriate size duct to connect to the existing ductwork.
• Install the proper condensation control equipment such as drain pan, drain pump, etc.
• Integrate the new equipment into the current control system to ensure proper operation.
• Charge system with the proper amount of refrigerant as recommended by manufactures specifications
• Perform leak test and evacuate the system before final charge
• Provide necessary labeling for refrigerant type and safety precautions
3.6 Start up and Commissioning
• Start up and commission the system per manufacture guidelines
o Give 72-hour notice to start up and have the Project Manager and other DLA personnel present during start up
• Verify system metric such as pressures, voltages, amperages, airflow and temperatures differentials
• Test thermostats and controls for proper operation
• Provide a final inspection and performance verification report
3.7 Demobilization
• Submit any closeout documentations required i.e. material data sheet, warranty letter, etc. (see below for further details).
• Brief and train our maintenance team on how to properly operate and maintain the new equipment (can be done during start up).
• Remove any equipment, material, debris, tools, etc. from the jobsite ensuring the area is clean and clear of any hazardous material and ready for use.
This acquisition is set-aside for 100% small businesses. The North American Industry Classification System (NAICS) Code is 238220. 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 own, possess, or otherwise control a bona fide place of business from which mobilization occurs within 125 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.
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.
Acceptable method of quote or inquiries submission is Email to benjamin.maxwell@dla.mil.
A site visit will be held 27MAY26 @1000. See p.46 of SOW for DSCR map for location of DSCR B66C meeting location and parking location. There is a map at the end of the SOW.
In order to attend the site visit interested parties MUST follow the instructions below no less than 5 business days prior to the site visit. This is to allow time for vetting 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 <Jose.Reynoso@dla.mil.> (Work Cell: (804) 279-2970). The QR code MUST be emailed to the project manager as soon as possible due to the lengthy vetting process of approximately 5 business days. 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 thebarcode 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 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.
Questions are due on 29MAY26, end of day. Submit questions via email to benjamin.maxwell@dla.mil.
Quotes are due 12JUN26, end of day.
The point of contact (POC) for this requirement is Benjamin Maxwell (benjamin.maxwell@dla.mil).
Reference Attachment 1 - Statement of Work (SOW) for additional work scope and details.
Period of Performance:
90 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.
Benjamin Maxwell
DEPT OF DEFENSE
DEFENSE LOGISTICS AGENCY
DCSO
DCSO RICHMOND
DCSO RICHMOND DIVISION #1
DCSO RICHMOND DIVISION #1
6090 STRATHMORE RD.
RICHMOND, VA, 23237
NAICS
Plumbing, Heating, and Air-Conditioning Contractors
PSC
MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
Set-Aside
Total Small Business Set-Aside (FAR 19.5)