Skip to main content

An official website of the United States government

You have 2 new alerts

Supply Support Activity (SSA) Warehouse, JBLM

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Nov 25, 2024 03:55 pm PST
  • Original Response Date: Dec 10, 2024 02:00 pm PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 25, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Joint Base Lewis McChord , WA 98433
    USA

Description

RFP No: W912DW25R0015

RFP Title: P97462 Supply Storage Activity Warehouse, Joint Base Lewis McCord (JBLM), WA, Joint Base Lewis-McCord, Washington

RFP Posted Date: On or About 12 Dec 2024

Offeror Response Due Date: On or about 11 Jan 2025

Magnitude of construction: Is between $25,000,000 and $100,000,000.

PSC Code: Y1JZ Construction of Miscellaneous Buildings

NAICS Code: 236220 Commercial and Industrial Building Construction

Classification Code: Y - Construction of Structures and Facilities

Set Aside: 8 (a) set-aside

================================================================

FOR INFORMATION ONLY: This Synopsis is ONLY A NOTIFICATION a Request for Proposal (RFP) 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 RFP W912DW25R0015. This requirement is a design-build project to design and construct a Supply Storage Activity Warehouse at Joint Base Lewis-McCord, Washington.

The Request for Proposal (RFP) will be available to all business firms with an active SAM registration. The North American Industry Classification System (NAICS) Code is 236220 Commercial and Industrial Building Construction with a $45M size standard.

In accordance with Department of Defense Federal Acquisition Regulation Supplement (DFARS) 236.204, the estimated magnitude of construction is between $25,000,000 and $100,000,000. 100 percent (%) payment and performance bonds will be required.

Project Description:

Project consists of construction of a new one-story 21,500 SF Supply Storage Warehousebuilding, two stand-alone canopies, hardstand areas, paved drives, and parking areas, newlylandscaped areas, fencing, and associated walks, site drainage and all associated utilities on an approximate 7-acre site of Lewis-Main. (JBLM)

The Contractor shall furnish separate space for the exclusive use of the Government. The officespace shall include approximately 700 square feet for the exclusive use of the Government(minimum two offices, one conference room, one restroom, and one kitchenette area) withpower, water, appropriate office furniture, heat and air-conditioning, and perform any necessary maintenance. Each office shall have a minimum of one window with operable window blinds. Electrical and communications outlets shall be provided for each office area and the conferenceroom. Each single occupancy office area shall be furnished with one 3-foot by 5-foot desk andone 3-foot by 5-foot plans table. The desks shall each have side drawers and a lockable centerdrawer, for a minimum of five drawers. The plans tables shall each have one central drawer.Each double occupancy office area shall be furnished with two desks and two plans tables of the same type as the single occupancy office areas. Provide one five-wheeled, padded, ergonomic desk chair for each desk. Each single office shall have a four-legged, padded "Guest Chair" similar to the Ergonomic Swivel Chairs and roller mat. Double occupancy offices shall have two four-legged, padded "Guest Chairs" similar to the Ergonomic Swivel Chairs and roller mat. Each single office area shall be furnished with a 12-inch by 18-inch by 6-foot metal locker with a shelf, coat hanger rod, and three clothes hooks. Double occupancy offices shall have two 12-inch by 18-inch by 6-foot metal lockers with a shelf, coat hanger rod, and three clothes hooks. Provide one minimum 3-foot by 4-foot whiteboard for each single occupancy office and two minimum 3-foot by 4-foot whiteboards in each double occupancy office. Provide two mobile plan stands with twelve hanging clamps each. The conference room shall be furnished with a 3.5-foot by 8-foot conference table, six padded chairs similar to the ergonomic swivel chair and one 4-foot by 8-foot whiteboard. Provide one walk-off mat at each building entrance. Provide two ten-pound, multi-purpose, dry chemical fire.

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, 12 Jan 2025, [NSFCUC(1] the RFP documents for this project will be available via the website https://sam.gov/ under Contract Opportunities W912DW25R0015. Your firm must be registered with https://sam.gov/ to download the RFP documents. NO CD’S OR HARD COPIES WILL BE MADE AVAILABLE. Downloads are available only through https://sam.gov/. Offerors are responsible for checking https://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 RFP, you MUST log in to https://sam.gov/ and add the RFP 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 RFP. 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 RFP 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. Please be advised that when using the PIEE Solicitation Module, the user’s email address in PIEE must match the email address on file in SAM.gov.

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 è Proposals (Offers) è Posting Offer)

For Frequently Asked Questions (FAQs) and additional training, go to the DoD Procurement Toolbox – Solicitation Module at https://dodprocurementtoolbox.com/site-pages/solicitation-module

POINT-OF-CONTACT:

The point-of-contact for administrative or contractual questions is Linda O’Brien at email: linda.s.obrien@usace.army.mil. Once the RFP has been issued, all questions must be submitted in accordance with the RFP instructions.

 [NSFCUC(1]I think the date is about right but can we maybe push it back to April 17?  That way if the peer review comes back early ready to issue, then we don't have to sit around waiting.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 4735 EAST MARGINAL WAY SOUTH
  • SEATTLE , WA 98134-2329
  • USA

Primary Point of Contact

Secondary Point of Contact

History