Federal Contract Opportunity

Last Updated on 02 Jul 2025 at 4 PM
Solicitation
Chesterfield Virginia

Defense Supply Center Richmond(DSCR) - Building 46 - Chiller Tower Coil Replacement

Details

Solicitation ID SP470325Q0053
Posted Date 02 Jul 2025 at 4 PM
Response Date 30 Jul 2025 at 9 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dcso Richmond Division #1
Agency Department Of Defense
Location Chesterfield Virginia United states 23237

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Sikorsky Aircraft Corporation

Rochester Shelton Jacksonville West haven Stratford Bridgeport Jupiter Fort worth

Sign up to access Documents

Signup now

Defense Supply Center Richmond(DSCR) Building 46 Chiller Tower Coil Replacement Project

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 SP4703-25-Q-0053 is issued as a request for quote(RFQ).  Award will be made to the Lowest Priced Technically Acceptable offeror.   

The resulting contract will be a firm-fixed price award with an expected Period of Performance of 120 days from notice to proceed. 

Disclosure of magnitude: the estimated magnitude of the award is between $45,000.00 - $75,000.00. 

This acquisition is set-aside for 100% small businesses.  

The North American Industry Classification System (NAICS) Code is 238220 (Plumbing, Heating, and Air-Conditioning Contractors).  The small business size standard is $19M.  Department of Labor Wage Determination based on location of the service provided (Chesterfield County, VA).  Partial proposals will not be accepted.  

A site visit will be held on 07/17/2025@1000. See "Additional Details" below for full text for parties interested in attending the site visit.

Deadline for questions is COB 07/18/2025 - Questions and Answers will be publicly posted as an attachment to the same notice id on SAM.gov as the solicitation.  Answers will be posted within 2 working days of the deadline for questions.  

Deadline for quote is COB 07/30/2025.  

Acceptable method of quote: Email to contracting officer Robert Moragues <[email protected]>


*****************************Specific Requirements*********************

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 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.

OBJECTIVES

The objective of this project is to replace the leaking coil assembly on CCC-2 (cooling tower) at Building 46

BACKGROUND

The existing cooling tower developed a leak in the coil assembly this past winter, causing maintenance to shut down the cooler so repairs can be made. The cooling tower is backup to the geothermal system and needs to be repaired in case of geothermal system failure which could shut down the HVAC at Building 46, to include Chillers, MultiStack, CRAC units for IT/Comms rooms.

•Brand: Baltimore Aircoil Company
•Model: FXV-1212C-16Q-0
•Serial: U162 74 7206-01-01

SPECIFIC REQUIREMENTS

The Contractor shall provide certified, trained personnel with certifications in Cooling Tower repair, HVAC, Plumbing and Electrical to integrate the new coil assembly with the current system.

The Contractor shall perform the following:

•Shut down and isolation of the cooling tower system (electrical and water).
•Draining of the cooling tower basin and associated piping.
•Removal of access panels, fan assemblies, or other components as necessary to access the coil.
•Disconnection of piping and insulation connected to the existing coil.
•Safe removal and rigging of the old coil from the cooling tower.
•Proper disposal of the old coil in accordance with environmental regulations.
•Inspection of the new coil for any damage during shipping.
•Rigging and placement of the new coil into the cooling tower.
•Connection of piping to the new coil, ensuring proper sealing.
•Reinstallation of any removed access panels, fan assemblies, or other components.
•Leak testing of the new coil and connections.
•Refilling of the cooling tower basin and system.
•System start-up and verification of proper operation (temperature, flow rates, etc.).
•Performance testing of the cooling tower with the new coil installed.
•Cleanup of the work area and removal of any debris.
•Provide a portable toilet at the work site.

See attached SOW for full text of requirement.

PERIOD OF PERFORMANCE

Completion date shall be no later than 120 days after notice to proceed.

PROPOSAL EVALUATION

The proposal/quote and all documentation received by the Government from the contractor before the solicitation end date will be reviewed and evaluated based on the criteria listed below. The submission will be deemed either technically acceptable or technically unacceptable. The contractor is required to provide all documentation at the time of the submission and before the solicitation end date. Failure to provide all required documents will result in contractor’s proposal/offer being technically unacceptable.  Award will be made on a Lowest Priced Technically Acceptable basis.  

Technically Acceptable – meets the minimum requirement and contains no deficiencies. Demonstrates an understanding of the services required to meet or exceed the contract requirements. An acceptable quality level of contract performance is anticipated.

Technically Unacceptable – does not meet the minimum requirement and contains one or more deficiencies and/or omissions. Failure to demonstrate an understanding of the services required to meet the contract requirements. Acceptable quality level of contract performance is not anticipated.

The following is a list of documents that shall be provided as separate PDF and/or hardcopy documents along with the proposal:

• Project narrative – a narrative outlining the way the contractor is planning to accomplish the project (list of definable features of work, projected timeline, etc.)

• List of previous relevant project experience (last 5 years) along with award amounts, project descriptions, contract numbers, and POC information.


*****************ADDITIONAL INFORMATION***********************

A site visit will be held 07/17/2025 @1000.  See p.44 of SOW for map for location of DSCR B46.

In order to attend the site visit interested parties MUST follow the instructions below, not later than 3 business days prior to the site visit.  This is to allow time for screening 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, Jeff Bickham <[email protected].> (Work Cell: 804-516-2371).  The QR code MUST be emailed to the project manager no less than three working days prior to the site visit. 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 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.

Similar Opportunities

Manhattan Kansas 07 Jul 2025 at 6 PM
Manhattan Kansas 07 Jul 2025 at 6 PM
Northampton Pennsylvania 10 Jul 2025 at 2 PM