Similar Projects
ASOG Complex Camp Murray
New Construction, Infrastructure - 56,000 SF
Design
$25,000,000 CJ est. value
Fort Lewis, WA 98433

USACE Repair Morgue Cooler
Build-out, Renovation
Bidding
$500,000 CJ est. value
Joint Base Lewis McChord, WA 98439

Replace Carpet Building 5994, Repair Surfaces Building 5995
Term Contract, Renovation, Infrastructure
Bidding
$250,000 CJ est. value
Joint Base Lewis McChord, WA 98433

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

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

Building 09705 Maintenance Shop Repairs
Renovation
Results
$60,000 to $66,600 est. value
Camp Murray, WA

Buckley Readiness Center Room Conversion
Renovation
Bidding
$622,780 CJ est. value
Buckley, WA 98321

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

Bldg. 1163 UST Removal
Infrastructure
Bidding
$100,000 CJ est. value
Joint Base Lewis McChord, WA 98433

Replace Transfer Switches Buildings 11596 and 12430
Renovation
Post-Bid
$25,000 to $100,000 est. value
WA

JBLM-Repair Storm Drain
Build-out, Renovation, Infrastructure
Bidding
$1,000,000 CJ est. value
Joint Base Lewis McChord, WA 98438

Repair Building 9176
Renovation
Post-Bid
$25,000,000 to $100,000,000 est. value
Tacoma, WA 98433

Building 09705 Paint Booth Installation
Renovation
Bidding
$525,000 CJ est. value
Joint Base Lewis McChord, WA 98433

Repair Okubo Dental Boiler, Bldg 11572
Build-out, Renovation
Post-Bid
$500,000 CJ est. value
Joint Base Lewis McChord, WA 98439

RFP D/B - National Roofing Program FY22 - Project #15
Renovation
Bidding
$5,000,000 CJ est. value
Tacoma, WA 98421

Last Updated 08/30/2022 01:17 AM
Project Title

SFS and CES Training Annex Buildings

Physical Address View project details and contacts
City, State (County) Joint Base Lewis McChord, WA 98438   (Pierce County)
Category(s) Government/Public
Sub-Category(s) Military Facility
Contracting Method Bids by Invitation, Competitive Bids
Project Status Construction start expected November 2022
Bids Due View project details and contacts
Estimated Value $10,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

446th SFS and CES Training Annex Buildings - JBLM Reference is made to your Indefinite Delivery Contracts, Numbers W912QR21D0079 - W912QR21D0084, Design Build and Design Bid Build, Firm Fixed Price Multiple Award Task Order Contracts (MATOCs) to support the military construction (MILCON) and operations and maintenance (O&M) funded construction requirements for the U.S. Army Reserves, U.S. Air Force Reserves, U.S. Air Force and U.S. Army programs in the Western Region. We request you submit a price proposal for construction of 446th Civil Engineer Squadron Training Annex, complete with supporting utilities for a training room, office & office pool space, main production control room, restrooms and an expanded storage area for deployable equipment and construction of 446th Security Forces Squadron Training Annex, complete with supporting utilities for a training room, office & office pool space, restrooms and a dedicated traditional reservist work area.as detailed in the scope of work, drawings, and specifications posted at www.SAM.gov. The documents are available for download at www.SAM.gov only. All vendors must be registered in the SAM database at SAM.gov. The RFP can be found by logging into the website as a vendor and searching for the solicitation number W912QR-21961764. The cost range is between $5,000,000 and $10,000,000. PLEASE NOTE: THIS IS FOR CONSTRUCTION SERVICES ONLY. Award of this project is Subject to the Availability of Funds. Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made availDEOH The basis for award of this task order is lowest evaluated price (base plus all options). Your proposal should include a price breakdown and/or labor category table demonstrating the use of the binding rates included in your MATOC contract. The submitted price breakdown should include sufficient detail to allow the Government to verify that your proposed price incorporates the binding rates from your base contract. Any level of effort shown in the submitted information will not be used for evaluation purposes and will be used only to ensure that the proposal is in compliance with the binding rates from the base contract. Proposals that fail to submit a price breakdown or fail to use the binding rates from your MATOC will not be considered. Proposals submitted in response to this RFP shall be good for no less than 90 calendar days. Proposals are due no later than 10:00 AM ET on Friday, 2 September 2022. Submit your proposal by email to scott.ferguson@usace.army.mil. Proposals not received by the stated date/time will not be considered. Please acknowledge receipt of this RFP by signing below in the space provided and returning to Scott Ferguson via email at scott.ferguson@usace.army.mil. Payment and Performance Bonds will be required for this project. The Notice to Proceed will be issued after receipt and approval of the bonds. All questions regarding this Request for Proposal (RFP) must be submitted via ProjNet. The website to access this system is www.projnet.org and the bidder inquiry key for this specific project is: (S78PAD-5AHHFT). Please see ProjNet instructions included in this RFP. System for Award Management (SAM): Your SAM registration is required to be active prior to any award. You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer - System for Award Management, which indicates "All payments by the Government under this contract shall be made by electronic funds transfer (EFT)." Those not currently registered can obtain registration by going to the website www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. If you have contractual questions, please contact scott.ferguson@usace.army.mil. If an Offeror believes that the requirements in the RFP contain an error, omission, or are otherwise unsound; the offeror shall immediately notify the Contract Specialist in writing with supporting rationale. All Offerors is reminded that the Government reserves the right to award this RFP based on the initial proposals, as received, without discussion. *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. MATOC - W912QR21D0079 - W912QR21D0084 AF PROJECT NO.: SFS-PQWY149006 AND CES-PQWY149007 P2 no - SFS-488754 AND CES-488752

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