SOLICITATION NOTICE
Y -- Construction of FY25 Joint Base Lewis McChord (JBLM) Multi Domain Task Force(MDTF) Buildings (BLDGs) 3218 and 3219
- Notice Date
- 7/23/2025 10:29:00 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
- ZIP Code
- 98134-2329
- Solicitation Number
- W912DW25R0026_PSN
- Response Due
- 9/8/2025 2:00:00 PM
- Archive Date
- 09/23/2025
- Point of Contact
- Russell Armstrong, Phone: 2084373133 EXT 7226, Shawna West, Phone: 2067643416
- E-Mail Address
-
russell.j.armstrong@usace.army.mil, shawna.m.west2@usace.army.mil
(russell.j.armstrong@usace.army.mil, shawna.m.west2@usace.army.mil)
- Description
- SOLICITATION NUMBER: W912DW25R0026 TITLE: FY25 Joint Base Lewis McChord (JBLM) Multi Domain Task Force (MDTF) Buildings (BLDGs) 3218 and 3219 LOCATION: Joint Base Lewis McChord, Washington FSC CODE: Y1AZ - Construction of Other Administrative Facilities and Service Buildings NAICS CODE: 236220, Commercial and Institutional Building Construction ISSUE DATE: on or about 06 August 2025 RESPONSE DATE: on or about 8 September 2025 100% Small Business Set-Aside Construction of FY25 Joint Base Lewis McChord (JBLM) Multi Domain Task Force(MDTF) Buildings (BLDGs) 3218 and 3219. FOR INFORMATION ONLY: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this SYNOPSIS should be submitted in writing via email to the Contract Specialist as noted below. The United States Army Corps of Engineers (USACE) Seattle District anticipates solicitation and award of a Firm-Fixed Price contract resulting from Request for Proposal (RFP) W912DW25R0026. The project intends to convert two (2) existing barrack buildings into operational facilities for 3 tier levels of command located at JBLM. This Request for Proposal (RFP) is available to all business firms with active SAM registration under North American Industry Classification System (NAICS) Code 236220, Commercial and Institutional Building Construction. In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 236.204 (ii), construction magnitude is estimated to be in the range of $25,000,000 to $100,000,000. 100 percent payment and performance bonds will be required. Executive Order 14063, as implemented at FAR Subpart 22.5, requires Federal agencies to use a project labor agreement (PLA) in large-scale construction projects, meaning those where the estimated cost of construction to the Federal Government is $35 million or more, to promote economy and efficiency in the administration and completion of the project, unless an exception applies. It is anticipated that the solicitation and resulting contract for this project will be subject to a PLA in accordance with FAR 52.222-33 (Provision) and FAR 52.222-34 (Clause). The project intends to will convert two (2) existing barrack buildings into operational facilities for 3 tier levels of command. These buildings in general are referred as �the Hammer Heads�. The Hammer Handles have three (3) floors with a crawl space at grade elevation. The Hammer Heads are single floor. The Basement area with a main utility mechanical & electrical room extends partially under both the Hammer Head and the Hammer Handle. The definitive removal / demolition work items for each building will require: a) Hazardous material / debris abatement and removal mostly within the crawl space b) Partial at ~ 75% removal / demolition of exterior building envelope, interior walls, etc, c) Removal at ~ 90% removal of building mechanical � electrical systems d) Removal of the existing roof EPDM system (but not the roof framing structure) The definitive repair / new work items for each building will require: e) New exterior envelope f) New building mechanical � electrical systems g) New roof TPO system. Other considerations for site work coordination h) New utility connections (mostly by other entities) i) Shared construction boundaries with adjacent current and future projects Selection Process: The Government anticipates using a best value trade-off source selection process in accordance with Federal Acquisition Regulation (FAR) Part 15.101-1. This process allows for a trade-off between non-price factors and price and allows the Government to accept other than the lowest priced proposal or other than the highest technically rated proposal to achieve a best value contract award. All evaluation factors that may affect the contract award and their relative importance will be clearly stated in the solicitation. Offerors: Please be advised of on-line registration requirement in the System for Award Management (SAM) database http://www.sam.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. ON OR ABOUT 6 AUGUST 2025 the solicitation documents for this project will be available via the website www.SAM.gov under Contract Opportunities W912DW25R0026. Your firm must be registered with www.SAM.gov to download the solicitation documents. NO CD�S OR HARD COPIES WILL BE MADE AVAILABLE. Downloads are available only through www.SAM.gov. Offerors are responsible for checking www.SAM.gov frequently for any update(s) to this Notice. The Government is not responsible for any loss of internet connectivity or for an Offeror�s inability to access the document(s) at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to www.SAM.gov and add the solicitation to your �Watchlist.� If you would like to list your firm so others can see you are an interested vendor, you must click the �Add Me to Interested Vendors� button in the listing for this solicitation. Your firm�s proposal shall be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module at https://piee.eb.mil/. To view the Solicitation when posted, Vendors must have an active registration in SAM.gov. For PIEE registration, training, and instructions for posting an offer, refer to the following links: PIEE Registration_ https://piee.eb.mil/ Note: There are two vendor roles (Proposal Manager, Proposal View Only) for PIEE Solicitation Module. The Proposal Manager role is required to submit an offer to a solicitation. PIEE Solicitation Module_ Training and instructions are accessible through PIEE � Web Based Training (WBT) at https://pieetraining.eb.mil/wbt/ (For instructions specific to posting an offer, select �Solicitation Module� -- �Proposals (Offers)� � �Posting Offer�) For Frequently Asked Questions (FAQs) and additional training, go to the DoD Procurement Toolbox � eBusiness -- Solicitation Module at https://dodprocurementtoolbox.com/site-pages/solicitation-module POINT-OF-CONTACT: The point-of-contact for administrative or contractual questions is Russ Armstrong at russell.j.armstrong@usace.army.mil. All questions must be submitted in writing to the above point-of-contact. No phone calls. Please do not ask any technical questions, as answers to technical questions are only available through an online system during the solicitation process.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4c7d32aa218b407fa6c2fa246e25a976/view)
- Place of Performance
- Address: Joint Base Lewis McChord, WA, USA
- Country: USA
- Country: USA
- Record
- SN07520707-F 20250725/250723230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |