Industrial Carpenter Services

SOL #: SP4705IndustrialCarpenterServicesCombined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DCSO-RICHMOND DIVISION #3
RICHMOND, VA, 23237, United States

Place of Performance

Fort Belvoir, VA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Other Administrative Facilities And Service Buildings (Z2AZ)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 7, 2025
2
Last Updated
Jan 7, 2026
3
Submission Deadline
Jan 9, 2026, 8:00 PM

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) is soliciting proposals for Industrial Carpenter Operations Support Services at the Andrew T. McNamara Headquarters Complex in Fort Belvoir, VA. This is a follow-on, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract under full and open competition. The acquisition requires an active Facility Security Clearance at the Secret Level. Proposals are due by January 30, 2026.

Scope of Work

The Contractor shall provide all management, labor, supervision, tools, materials, equipment, incidental engineering, and transportation necessary for industrial carpenter services. This includes general interior and exterior building services, maintenance, repairs, minor renovations, and recurring services. Specific services may encompass Americans with Disabilities Act (ADA) upgrades, extraordinary services, and end-of-life replacement services.

Contract Details

  • Contract Type: Indefinite-Delivery Indefinite-Quantity (IDIQ)
  • IDIQ Minimum: $5,000.00
  • IDIQ Maximum Ceiling: $24,000,000
  • Period of Performance: A base year (February 28, 2026, to February 27, 2027), four one-year options, and a six-month option to extend services per FAR 52.217-8.
  • Place of Performance: 8725 John J. Kingman Road, Fort Belvoir, VA 22060
  • NAICS Code: 236220, Commercial and Institutional Building Construction
  • Small Business Size Standard: $46 million
  • Set-Aside: Full and Open Competition
  • Cybersecurity Requirements: DFARS 252.204-7025 (Notice of CMMC Level Requirements) and DFARS 252.204-7021 (Contractor Compliance with CMMC Level Requirements) apply.

Submission & Evaluation

  • Proposals Due: January 30, 2026, 8:00 PM UTC
  • Submission Method: Via email to angela.mattox@dla.mil
  • Required Volumes: Technical/Risk, Past Performance, Price, Representations, and Small Business Subcontracting Plan.
  • Evaluation Factors: Combined Technical/Risk, Past Performance, and Price. Combined Technical/Risk and Past Performance are significantly more important than Price, with Combined Technical/Risk being more important than Past Performance.
  • Security Requirement: Offerors must possess an active Facility Security Clearance at the Secret Level at the time of proposal submittal.

Additional Notes

This acquisition is a follow-on to contract SP4705-20-D-0005. FAR Part 12 (Acquisition of Commercial Products and Commercial Services) and FAR Subpart 16.5 (Indefinite-Delivery Contracts) apply. Service Contract Act Wage Determination Number: 2015-4281, Revision 34.

People

Points of Contact

Angela MattoxPRIMARY

Files

Files

Download

Versions

Version 5
Combined Synopsis/Solicitation
Posted: Jan 7, 2026
View
Version 4Viewing
Combined Synopsis/Solicitation
Posted: Dec 8, 2025
Version 3
Combined Synopsis/Solicitation
Posted: Dec 8, 2025
View
Version 2
Combined Synopsis/Solicitation
Posted: Nov 12, 2025
View
Version 1
Combined Synopsis/Solicitation
Posted: Nov 7, 2025
View