Similar Projects
JBLM - Repair Boilers PB2245 - Replace Failed/Failing Domestic Hot Water Heaters and Heating Boilers
Build-out, Renovation
Bidding
$5,000,000 CJ est. value
Joint Base Lewis McChord, WA 98433

USACE Bldg 3331 Roll Up Doors JBLM, WA
Build-out, Renovation
Bidding
$500,000 CJ est. value
Dupont, WA 98327

RFQ D/B - NAVFAC Northwest Multiple Award Construction Contract
Term Contract
Sub-Bidding
$100,000,000 CJ est. value
Seattle, WA 98164

Base-Wide Fire Alarm Repair and Upgrade
Renovation
Sub-Bidding
$5,000,000 CJ est. value
Camp Murray, WA 98433

Wobhs-Bill Heath Sports Complex Access Doors
Alteration
Post-Bid
Sumner, WA 98390

Repair Building 09175, Permanent Party UH
New Construction
Post-Bid
WA

Frontier Park Security Doors Replacement
Alteration
Results
$80,000 est. value
Graham, WA 98338

On-Call Securing Properties
Term Contract
Results
$510,000 est. value
Tacoma, WA

HVAC Replacement, Floor and Ceiling Repairs and Interior Repainting Buckley Readiness Center
Renovation
Sub-Bidding
$536,000 CJ est. value
Buckley, WA 98321

ASOG Complex
New Construction, Infrastructure - 71,600 SF
Post-Bid
$10,000,000 to $25,000,000 est. value
Camp Murray, WA

Building 326 Storefront Window Replacement, Partition Bracing and Isolated Siding Painting
Alteration
Results
$190,000 to $220,000 est. value
Tacoma, WA

Bldg. 5183 Security Upgrade
Renovation
Sub-Bidding
$25,000 CJ est. value
Joint Base Lewis McChord, WA 98438

Three Story Barracks UEPH JBLM
New Construction
Post-Bid
$25,000,000 to $100,000,000 est. value
WA

920 Fawcett Window Film Project
Alteration
Results
$27,000 est. value
Tacoma, WA 98402

Tillicum Elementary School Window Replacement
Alteration
Post-Bid
$200,000 est. value
Tacoma, WA 98498

Last Updated 08/09/2022 09:37 AM
Project Title

Repair or Replace Doors JBLM-McChord

Physical Address View project details and contacts
City, State (County) Joint Base Lewis McChord, WA 98433   (Pierce County)
Category(s) Government/Public, Single Trades
Sub-Category(s) Military Facility, Windows/Doors
Contracting Method Competitive Bids
Project Status Construction start expected September 2022
Bids Due View project details and contacts
Estimated Value $250,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

**UPDATE: Technician must be ICIDS Manufacturer Certified to work on the doors. There is potential for security issue i.e. compromised system if the technician working on doors is not ICIDS Manufacturer Certified.** JBLM Public Works of Joint Base Lewis/McChord in Washington, has a new requirement repairing or replacing doors which consists of supplying all supervision, labor, equipment, and materials to perform all work in strict accordance with the contract, this statement of work, and identified drawings to repair various door systems in Buildings J00851 and J00852 located on McChord of JBLM and SF Building 9955 located near Old Madigan on Lewis Main of JBLM. Please Note (All info below is in Solicitation): Site Visit : 04 August 2022 0800 PST Mr. Alexander Vincent (facilitator) 2015 N. 4th Street Dallas Room (1st Floor) Joint Base Lewis McChord, WA 98433 RFI: o All questions and requests for information (RFI) must be received NO LATER THAN 10 Aug 2022 at 1500 CDT. Repair or Replace Doors BLDG J00851, J00852 and 9955 Joint Base Lew is-McChord, WA 98433 1.A Bid Bond is required (see section 00100, FAR Clause 52.228-1). 2.Performance and Payment Bonds are required (see section 00700, FAR Clause 52.228-15). 3.As required by FAR 36.204, the estimated magnitude of this project is betw een $100,000 and $250,000. 4.The NAICS for this acquisition is 238290 - other Building Equipment Contractors (SB size standard $16.5 million) 5.This acquisition is 100% Total Small Business; no large business bids w ill be accepted for this procurement. 6.The aw ardee of this contract w ill be required to provide a Superintendent through completion of the project (see section 00700, FAR Clause 52.236-6). 7.Project Manager, Quality Control and Superintendent Positions are considered key positions. These positions SHALL not be sub-contracted and must w ork directly for the prime contractor. Bidders are required to provide a valid CAGE Code (Block 14 FACILITY), Point of Contact (POC) and email address w ith their bid. Bid Opening shall be by electronic means only. Please read Instruction to Bidders section for details. MAA190159J- Repair or Replace Fire Doors FFP At building J00851 contractor shall.... Any repair material or fastener on an exterior doors shall be non-oxidizing. Doors shall be weather proof. Replace or use existing serviceable door hardware for all building doors to include but not limited to hinges, smoke seals, door closures, latches, locking system, and egress system. All door hinge pins of the out swing doors shall be pinned brazed or spot welded to prevent removal. Remove magnetic ICIDS strike plates from each door and remount the strike plates so they are secure and function on the new doors. Contractor must coordinate with building POC. Technician must be ICIDS Manufacturer Certified to touch the doors. Technician must provide certification prior to any work being done. Contractor must maintain security of the doors if removed. Doors may not be removed overnight. Any replacement of doors must be painted to match the existing color quality and existing aesthetic. Repair or Replace all doors from the below table with appropriate and recommended hardware to meet NFPA requirements. . Instructions: Anywhere in this solicitation where the term "offer" is used, it is hereby changed to read "quote". Anywhere in this solicitation where the term "offeror" is used, it is hereby changed to read "quoter". 1.1 You are invited to submit a quote in response to our Request for Quote (RFQ) W91151-22-Q-0123, by 1400 CDT MONDAY 22 August 2022 to Fort Hood, TX. Shoemaker Center Bldg 36000 Shoemaker Loop, Room 1300 Fort Hood, TX 76544. As a result of this solicitation, the Government intends to award a Firm Fixed Price (FFP) contract to the responsible organization whose quote, conforming to the request for quote, will be most advantage to the Government, considering only price. 1.1 This solicitation is Total Small Business set aside. 2. NOTICE OF PRE-BID CONFERENCE AND SITE VISIT: 2.1 Pre-Bid and Pre-Construction Conferences: There will be no Pre-Bid Conference but there will be a site visit. Mr. Alexander Vincent Of MICC-JBLM will conduct a site visit at 2015 North 4th St., Joint Base Lewis- McChord, WA 98433-9500, Dallas Room located on the 1st Floor 04 Aug 2022 @ 0800 PT. Information on the scheduled Site Visit is located in FAR 52.236-27 ALT I SITE VISIT (CONSTRUCTION) (FEB 1995) of this solicitation. 2.2. The Contractor shall attend a Government coordinated preconstruction conference within 10 calendar days of contract award. As a minimum, the conference shall be attended by the contractor's appointed project manager, the superintendent, the QCM, and administrative personnel responsible for preparation of contract documents, certified payroll records and invoices. The contractor shall deliver letter appointments of its key personnel that include each individual's duties, roles and responsibilities. 3. FORMAL COMMUNICATION, OFFEROR EXPLANATIONS: Submit all questions in the format shown below by email to the contracting office to the addresses shown below. Do NOT contact DPW directly. Doing so will only delay your answer. All questions must come through the Contracting Office. Subject Line: Request for Information SOLICITATION Number W91151-22-Q-0123 Emails: martin.a.torres6.civ@army.mil / rhonda.m.richardson4.civ@army.mil PRE-QUOTE INQUIRY FORMAT Date of Inquiry: From: Address: Phone Number: Email address: Company Name: Fax Number: Inquiry: (Please clearly state your question) (If sent via an attachment word doc are preferred to facilitate posting of answers to the master Q&A document.) o Any explanation desired by interested individual regarding the meaning or interpretation of the solicitation, drawings, specifications, etc. must be requested in writing and with sufficient time allowed for a reply to reach offerors before the submission of their quote. o All questions and requests for information (RFI) must be received NO LATER THAN 10 AUG 2022 at 1500 CDT. An amendment will then be issued with all questions and answers. BIDDERS ARE STRONGLY ENCOURAGED TO SUBMIT QUESTIONS EARLY IN THIS PROCESS. **After the due date no additional RFI's will be answered** o Any changes to the drawings, specifications, etc. will be issued in the form of an amendment. However, any answers that clarify or provide an interpretation to the drawings, specifications, etc. will NOT be posted via amendment but rather as a response to the RFI on SAM.gov website, https://sam.gov/content/home o Receipt by the bidder must be acknowledged in the space provided on the SF 1442 or by returning a signed copy of the amendment by the time set for receipt of quotes. o All technical data related to this solicitation will be distributed using the SAM.GOV Contract Opportunities (https://sam.gov/) system. SAM.Gov is a web-based dissemination tool designed to safeguard acquisition- related information for all Federal agencies. Interested bidders/offerors must register with Beta SAM before accessing the system. Amendments, if/when issued will be posted to https://sam.gov/ for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. (4) SUBMISSION OF QUOTES: ELECTRONIC SUBMISSION OF QUOTES, TO INCLUDE E- MAIL, IS AUTHORIZED. o The Government will not be responsible for quotes delivered to any location or to anyone other than those designated to receive quotes on its behalf as indicated below. Quotes shall not be addressed to any specific person *Note: Late receipt of quotes due to entry delays may not be deemed excusable and the Contracting Officer shall declare the quote "late" in accordance with FAR 14.304. All quotes must be clearly identified with the bidder's name and address. To ensure timely and proper handling, the lower left corner of the outermost wrapper should indicate the following: Request for Quote No: W91151-22-Q-0123 Due Date of Bids: 22 Aug 2022 Time by which Quotes are due: 1400 CST Title of Project: Replace and Repair Doors *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document. . All questions must come through the Contracting Office. Subject Line: Request for Information SOLICITATION Number W91151-22-Q-0123 Emails: martin.a.torres6.civ@army.mil /rhonda.m.richardson4.civ@army.mil

Details

Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents