SOLICITATION NOTICE
Y -- Repair Ghost DFAC (Building 3757)
- Notice Date
- 7/2/2025 2:09:40 PM
- 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
- W912DW25BA013
- Response Due
- 7/17/2025 1:00:00 PM
- Archive Date
- 07/25/2025
- Point of Contact
- John McGuire, Phone: 3606408683, Jeffrey Ross, Phone: 2539664391
- E-Mail Address
-
john.e.mcguire@usace.army.mil, jeffrey.a.ross@usace.army.mil
(john.e.mcguire@usace.army.mil, jeffrey.a.ross@usace.army.mil)
- Small Business Set-Aside
- 8A 8a Competed
- Description
- This is a synopsis/pre-solicitation notice of a proposed contract action only. This is not an official solicitation or Invitation for Bid. The United States Army Corps of Engineers, Seattle District, intends to solicit bids for project entitled �Repair Ghost DFAC (Building 3757)"" located on Joint Base Lewis-McChord (JBLM), WA. This synopsis is only a notification that a solicitation is anticipated and forthcoming. All questions regarding this synopsis should be submitted via email to the Contract Specialist, John McGuire, at john.e.mcguire@usace.army.mil. The work includes supervision, labor, equipment, and materials to perform all work in strict accordance with the contract specifications, associated Statement of Work, and identified drawings to provide new Heating, Ventilation, and Air Conditioning Systems (HVAC) and other incidental repairs for Building 3757, JBLM WA Project Description (the below list is not all inclusive): HVAC: Replace existing HVAC equipment with new AHUs Replace the central primary gas fired steam boiler, converters, controls, valves and piping Provide HVAC Loads, DALT, and TAB Demolition, removal, and disposal of existing DDC control systems Mechanical Work involves removing and replacing and/or re-installing some Fire Alarm devices Provide Exterior Mechanical Yard for mechanical system Plumbing: Demolition, removal, disposal, and replacement of existing domestic water system Provide high-temperature water supply for new electrical dishwasher, pot and pan wash, and can wash Ceiling demo, repair/replacement as required Cut and patch other surfaces as required Remove and replace 2�x4� ceiling tile and GWB ceiling Structural: HVAC Scope of Work will require structural strengthening of roof structure elements for all new mechanical equipment supported by the roof structure Hazardous Materials: Asbestos materials have been identified or assumed throughout the project area. Any asbestos-containing materials that will be impacted by the planned repairs must be removed and disposed Electrical: Remove and re-install existing lighting and electrical devices in the reinstalled/replaced ceiling Electrical disconnect & re-connect Install new / upgrade the electrical service to accommodate new equipment Provide new breakers, wire, and conduit Provide new disconnects and fuses Provide coordination with City, Light, and Power (CLP) for new transformer Roofing and Envelope: Remove Modified Bitumen BUR system and replace with 60 mil EPDM system, recover board and R-30 insulation Evaluate, clean, and repair all damaged masonry in exterior walls Re-seal around all windows Replace indicated 6�x7� HM mechanical room doors and hardware and seals Civil: Assuming piping is half under concrete � 60 feet of piping to water heater, 60 feet of pipe to cooling tower, 30 feet of 5-foot-wide trenching, soil compaction, 40 feet of sawcuts, 75 square feet of concrete removal, 30 feet of 5-foot-wide trench backfill, 75 square feet of concrete replacement, 75 square feet of hydroseed surface restoration Assuming piping is half under concrete � 30 feet of refrigeration pipe, 30 feet of trenching, soil compaction, 35 square feet of concrete removal, 30 feet of trench backfill, 35 square feet of concrete replacement, 35 square feet of hydroseed surface restoration Electrical � Install new / upgrade the electrical service to accommodate new equipment All other Work associated to the other sections of this project and as shown in the construction documents Additional Work: Add a heat pump chiller/water heater Add a heat pump water heater with external condenser Replace existing plumbing fixtures (Draft) Contract Line-Item Numbers: 0001 - Repair Building 3757 In-accordance-with FAR 63.204, the magnitude of construction for this anticipated contract is estimated to be between $5,000,000 and $10,000,000. The solicitation for this requirement will be issued as an Invitation for Bids (IFB), which will result in the award of a firm-fixed price contract for execution of the construction project described above. The acquisition will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 14, Sealed Bidding. The Government has determined that this acquisition will be procured as a competitive 8(a) set-aside. The North American Industry Classification System (NAICS) code for this requirement is 236220 � �Commercial and Institutional Building Construction;� Small Business Size Standard: $45M. For the purposes of this procurement, a firm must be registered with the 8(a) Business Development Program to be eligible for award. The Government anticipates posting Solicitation Number W912DW25BA013 for this requirement to the System for Award Management (SAM) website (https://sam.gov/) on or about 21 July 2025. Bids will be due no sooner than 30 calendar days after the actual solicitation issuance date. See the solicitation for details about the bid opening. A pre-bid/site visit will be offered approximately two (2) weeks after the solicitation is posted. Refer to the solicitation for details regarding the pre-bid/site visit. The Government will issue the solicitation documents for this requirement in electronic format only, which will only be available online through the System for Award Management (SAM) website under the solicitation number. No CDs or hard copies will be made available. The Government will not honor telephonic or email requests for the solicitation. Bidders are responsible for checking for any update(s) to the solicitation. The Government is not responsible for any bidder's loss of internet connectivity or for a bidder's inability to access the document(s) posted at the referenced website. Any SAM Response Date listed elsewhere in this synopsis/pre-solicitation notice are for SAM archival purposes only. They may have no relationship to the actual solicitation due date. The solicitation due date and time will be contained in the solicitation and any solicitation amendments that may be issued. Interested bidders must be registered in the System for Award Management (SAM) database (https://sam.gov/) to be eligible for award of a government contract. Contractors are encouraged to register as soon as possible. Federal Acquisition Regulation (FAR) 52.204-7, System for Award Management, will be incorporated into the solicitation. For information or assistance with registering in the SAM database, go to https://sam.gov/.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d2556e39fe314587a4fb72f0638c3f8a/view)
- Place of Performance
- Address: Joint Base Lewis McChord, WA 98433, USA
- Zip Code: 98433
- Country: USA
- Zip Code: 98433
- Record
- SN07497197-F 20250704/250702230043 (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 |