Defense Supply Center Richmond (DSCR) Replace 5th Floor Glass at Building 46
SOL #: SP470326Q0022Pre-Solicitation
Overview
Buyer
DEPT OF DEFENSE
Defense Logistics Agency
DCSO RICHMOND DIVISION #1
RICHMOND, VA, 23237, United States
Place of Performance
GRASSY CREEK, VA
NAICS
Commercial and Institutional Building Construction (236220)
PSC
Construction Of Office Buildings (Y1AA)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Mar 3, 2026
2
Last Updated
Mar 10, 2026
3
Response Deadline
Mar 19, 2026, 3:59 AM
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Logistics Agency (DLA), through its DCSO Richmond Division #1, is seeking proposals for the replacement of 5th-floor glass at Building 46 within the Defense Supply Center Richmond (DSCR), VA. This is a 100% Total Small Business Set-Aside opportunity issued as a Request for Quote (RFQ) for a firm-fixed price construction contract. The project has an estimated magnitude of $25,000 to $100,000. Quotes are due by end of day, April 3, 2026.
Scope of Work
The contractor will be responsible for the complete replacement of broken glass on the 5th floor of Building 46. This includes:
- Removing existing frames and glass.
- Carefully removing and replacing drop ceilings/grids for access.
- Protecting work areas by covering cubes.
- Replacing frames and glass with identical characteristics, including matching tint and seals.
- Using high-quality, color-matched caulk.
- Ensuring thorough cleanup, including vacuuming carpets and cleaning dust.
- Adhering to specific glass types and performance data detailed in attachments.
Contract & Timeline
- Solicitation Number: SP4703-26-Q-0022
- Contract Type: Firm-Fixed Price
- Period of Performance: 45 days from Notice to Proceed (NTP)
- Magnitude of Construction: Between $25,000 and $100,000
- Set-Aside: 100% Total Small Business (NAICS 236220, $45M size standard)
- Liquidated Damages: $500 per calendar day for delays.
Eligibility & Evaluation
- Geographic Requirement: Prime contractors must have an office publicly visible on SAM.gov within a 120-mile commutable radius of DSCR. The proposal must list the mobilization address.
- Experience: Offerors must demonstrate 5 years of experience in commercial window glass replacement.
- Award Basis: Lowest Priced, Technically Acceptable (LPTA).
- Technical Acceptability: Proposals will be evaluated based on meeting minimum requirements, demonstrating understanding of services, and including past performance (CPARS and SPRS data will be pulled by the Contracting Officer).
- Proposal Content: Offerors must submit a project narrative, list of definable features, projected timeline, and a minimum of 5 relevant projects from the last 5 years. Emphasis will be placed on SOW Sections 3 (Specific Requirements) and 7 (Proposal Evaluation).
- SAM Registration: Required prior to award.
Key Dates & Actions
- Site Visit: March 25, 2026, at 10:00 AM. Coordinate access with Mike O’Connor (804-306-5273, Michael.OConnor@dla.mil). DBIDS pre-enrollment is mandatory 5 days prior.
- Questions Due: End of day, March 26, 2026. Submit via email to Brandon.Jump@dla.mil.
- Quotes Due: End of day, April 3, 2026. Submit via email to Brandon.Jump@dla.mil.
- Inquiries: Must be submitted no later than 7 business days prior to the closing date.
Special Requirements
- Installation Access: All visitors and contractors must pre-enroll in the DBIDS system (https://dbids-global-enroll.dmdc.mil) and follow the sponsorship process for DSCR access.
- Pre-Construction Deliverables: Within 10 calendar days of award, contractors must submit a Site-Specific Safety Plan, OSHA 300A Logs, Activity Hazard Analyses, and a Quality Control Plan.
- Quality Control: Adherence to the U.S. Army Corps of Engineers three-phase inspection process and daily reports are required. A construction schedule (Gantt chart) is due within two weeks of NTP.
- Security: Installation security requires a favorably adjudicated National Agency Check with Written Inquiries (NACI) or equivalent.
People
Points of Contact
Brandon JumpPRIMARY
Files
Files
No files attached to this opportunity