Opportunity

SAM #SP470326Q0037

DSCR South Perimeter Fence Erosion Repair Construction Services

Buyer

DLA Distribution Richmond

Posted

April 29, 2026

Respond By

May 15, 2026

Identifier

SP470326Q0037

NAICS

238990, 237990, 238910

The Defense Logistics Agency (DLA) is seeking qualified small businesses to provide construction services for erosion repair at the South Perimeter Fence of the Defense Supply Center Richmond (DSCR) in Richmond, Virginia. - Government Buyer: - Defense Logistics Agency (DLA), DCSO Richmond Division #1, DLA Installation Management Richmond - Project managed by Robert Miller (Project Manager/Contracting Officer Representative) - Services Requested: - Erosion control and perimeter fence repair at DSCR - Includes removal and installation of perimeter fencing, placement of stone and riprap, cleaning of drainage outlets, installation of debris catchers - All work must comply with environmental, safety, and security standards as detailed in the Statement of Work (SOW) - Contractor Requirements: - Minimum 5 years of experience in security infrastructure and erosion mitigation - Must be a small business within a 120-mile radius of DSCR and have a publicly visible office on SAM.gov - Pre-enrollment in Defense Biometric Identification System (DBIDS) required for site access - Compliance with Department of Labor Wage Determination for Richmond, VA - Subject to liquidated damages of $500 per day for delays - Contract Details: - Firm-fixed price contract - Estimated value between $500,000 and $1,000,000 - 180-day period of performance from Notice to Proceed - No specific OEMs or product part numbers are identified; the procurement is for construction services only

Description

Synopsis

Defense Supply Center Richmond (DSCR) South Perimeter Fence Erosion Repair

This is a synopsis 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-0037 is issued as a request for quote (RFQ).  The resulting contract will be a firm-fixed price award with an expected Period of Performance of 180 days from the Notice to Proceed (NTP). This acquisition is set-aside for 100% small businesses.  The North American Industry Classification System (NAICS) Code is 238990 (Specialty Trade Work).  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 prime contractor must be within a commutable driving distance to the DSCR facility and hold an office publicly visible on SAM.gov to validate this claim. A 120-mile radius from DSCR is considered the commutable radius. The Contractor shall list the address from which mobilization occurs on their proposal.

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. 

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.

Site visit May 21, 2026 at 10:00am. Coordinate site access with Robert Miller at robert.c.miller@dla.mil.

Questions are due on May 22, 2026, end of day. Submit questions via email to Brandon.Jump@dla.mil.

Quotes are due on June 12, 2026, end of day.  

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.

Period of Performance:

180 days from NTP

MAGINITUDE OF CONSTRUCTION

36.204 Disclosure of the magnitude of construction projects. | Acquisition.GOV

In accordance with FAR Part 36.204(e), the estimated Magnitude of Construction for this project is between $500,000-$1,000,000. 

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.

INSTRUCTIONS TO OFFERORS

The Offeror shall submit their proposal to the Contracting Officer. In order to be considered Technically Acceptable, the Offeror shall submit all relevant information needed to reasonably assess this information against the Statements of Work. All sections of the Statements of Work will be considered, with specific emphasis on Sections 3- Specific Requirements and Sections 6 – Proposal Evaluation.

View original listing