DSCR B34 First Floor Repairs
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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.
Solicitation
Defense Supply Center Richmond (DSCR) B34 First Floor Repairs
This is a solicitation for construction prepared in accordance with the format in FAR Subpart 36, using Simplified
Acquisition Procedures for construction. The solicitation number SP4703-26-Q-0004 is issued as a request for quote
(RFQ). The resulting contract will be a firm-fixed price Purchase Order type award with an anticipated Period of
Performance of 110 days from the issuance of a Notice to Proceed (NTP). This acquisition is set aside for 100% small
businesses. The North American Industry Classification System (NAICS) Code is 236220 (Commercial and Institutional
Building Construction). The small business size standard is $45M. 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 own, possess, or otherwise control a bona fide place of
business from which mobilization occurs within 120 miles of DSCR. 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 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.
Site visit will be held at Building 34 on November 14, 2025 at 12:45pm. Contact Mike O'Connor at (804)306-5273 or
Michael.OConnor@dla.mil to coordinate site access contact no later than 48 hours prior to site visit.
Questions are due on November 18, 2025, end of day. Submit questions via email to Nicholas.Mace@dla.mil.
Quotes are due on November 25, 2025, end of day.
NOTICE: Notice to Proceed may be held several months after the award to allow for the completion of Building 47.
Occupants of Building 34 will need time to move to the new building.
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 are Nic Mace (Nicholas.Mace@dla.mil).
Reference Attachment 1 - Statement of Work (SOW) for additional work scope and details.
See Attachment 2 – Wage Determination.
See Attachment 3 - Addendum to RFP - Offer Requirements
MAGINITUDE OF CONSTRUCTION
36.204 Disclosure of the magnitude of construction projects. | Acquisition.GOV
In accordance with FAR Part 36.204(d), the estimated Magnitude of
Construction for this project is between $250,000 and $500,000.