Federal Contract Opportunity

Last Updated on 04 Jun 2025 at 12 PM
Solicitation
Mcchord air force base Washington

Repair Fire Suppression Systems, Hangars 3 and 4 on McChord Field, Joint Base Lewis-McChord (JBLM), WA.

Details

Solicitation ID W912DW25R15F0
Posted Date 04 Jun 2025 at 12 PM
Response Date 21 Jul 2025 at 9 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W071 Endist Seattle
Agency Department Of Defense
Location Mcchord air force base Washington United states 98438

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Officemax Incorporated

Nashville Charlotte Williston Chesapeake Edwardsville Phoenix Garden grove Naperville Selma Houston Louisville Boise Alexandria Cleveland Hampton Itasca Boca raton Columbus Billerica Menlo park Saint louis Salt lake city Waipahu Warren Orlando Elkridge Carolina Brentwood Maple grove Aurora Pittsburgh Bristol Kent Portland Smyrna Carlstadt Garland

General Motors Limited Liability Company

Pontiac Rochester hill Flint Troy Grand blanc Detroit Warren

Sign up to access Documents

Signup now

FOR INFORMATION ONLY: This Synopsis is a NOTIFICATION ONLY of an anticipated and forthcoming solicitation. 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 issuing a solicitation for the award of a firm-fixed-price (FFP) contract to repair the fire suppression system in Hangars 3 & 4 on McChord Field, Joint Base Lewis-McChord, WA. This requirement will include the following scope of work:

a. Repair Fire Suppression System, Hangars 3 and 4, Building J00003.

Background: Building J00003 includes Hangar #3 and Hangar #4. Hangar #3 consists of approximately 16,742 square feet of first floor support spaces, 973 square feet of second floor support spaces, 73,459 square feet of Hangar Area that also includes 4,531 square feet of mechanical spaces above the center support areas yielding a total square footage of 95,705 square feet. Hangar #4 consists of approximately 16,376 square feet of first floor support spaces, 12,030 square feet of second floor support spaces, 75,010 square feet of Hangar Area that also includes 6,128 square feet of mechanical spaces above the center support areas yielding a total square footage of 109,544 square feet.

Scope: Project will repair the failing fire suppression system in Hangars 3 and 4 (Building J00003). Work will include demolishing and repair by replacement of the high expansion foam system with an automatic sprinkler system, the wet-pipe automatic sprinkler system throughout the administrative support areas, and the fire alarm system with a fully addressable system that incorporates the fire alarm system control panel, remote power supply, initiation devices, and notification appliances. Work will also include repairing components of the ventilation and electrical systems and remediating asbestos contaminated material based on the assumption that there is underground asbestos-cement piping. Repair of the fire alarm system circuits and cabling shall be in accordance with the Unified Facilities Criteria (UFC). The fire suppression system will comply with UFC 4-211-01 Aircraft Maintenance Hangars, Chapter 5 (Air Force Specific Criteria), and Headquarters Air Force/A4 Memorandum Aircraft Hangar Fire Suppression System Modernization (3 June 2021).

b. Repair Fire Pump House and Pumps, Building J00024.

Background: The Fire Pump House (Building J00024) is 2,240 square feet and was built in 1968. The building is constructed of concrete and CMU with a 14-foot-high wall measured at the parapet. The building is built on a concrete slab that has multiple housekeeping pads, cut outs and anchors.

Scope: The two (2) existing Fairbanks Morse diesel driven fire pumps at the East end of the Fire Pump House and the single Fairbanks Morse diesel driven foam fire pump at the east end of the Fire Pump House and their related equipment and piping, the existing foam storage tank, and concrete pads will be demolished and removed from the site. The remaining three (3) diesel fire pumps at the west end of the pump house will remain and continue to serve Hangar #1 and Hangar #2. The single exterior man door located in the South wall shall be replaced with a double wide exterior man door to allow work at the East end of the Fire pump house to occur. New fire pump work will include the installation of two (2) electrically driven fire pumps. Each of the two (2) electrically driven fire pumps shall be horizontal split case fire pumps that have an output rating of approximately 75 p.s.i. at 750 g.p.m. with a churn pressure of 88 p.s.i., a 150% rated capacity of 65 p.s.i., and a horsepower rating of approximately 65. The sprinkler, alarm and other support systems will also be replaced during the building repair.

c. Repair Waterlines between Buildings J00003 and J00024.

Scope: All existing 24-in. diameter underground mains serving Hangars 3 and 4 shall be demolished and removed from site. A new 8-in. Class 52 Ductile Iron Piping (DIP) will be installed from the Pump House (Building J00024) to serve Hangar #3 and Hangar #4. Each dedicated lead-in shall be brought into a new open trench with a metal grate wed walking surface allowing the piping to be visually seen and not be placed under the slab of either building. Replacement of the lines will require patching of the existing parking areas.

d. Relocate Office Equipment to Support Repair Efforts.

Scope: Existing Hangars 3 and 4 (Building J00003) are occupied. Prior to starting repair work, the contractor will need to relocate a significant amount of office furniture, equipment and specialty tools between hangars. Some furniture disassembly/reassembly will be required. The process will be reversed, moving staff equipment back into the hangars at the end of the project.

The solicitation for this requirement will be issued as a Request for Proposals (RFP) and offers received in response to the RFP will be evaluated using a best value tradeoff source selection process as outlined in Federal Acquisition Regulation (FAR) Part 15. The RFP will result in the award of a single firm-fixed-price contract. Project specifications and drawings will be issued with the RFP, and the date upon which proposals are due will be announced in the RFP. The construction cost of this project is subject to the disclosure of the magnitude of construction projects in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 236.204 and is estimated to be between $10,000,000.00 and $25,000,000.00.

The North American Industry Classification System (NAICS) Code for this project is 236220, with a small business size standard of $45 million. Competition for this forthcoming RFP will be limited to SMALL BUSINESS CONCERNS ONLY under the assigned NAICS code of 236220. Other than small business firms will be deemed ineligible to submit offers.

On or about 19 June 2025, the RFP documents for this project will be available via the System for Award Management website (SAM.gov), https://sam.gov/, under Contract Opportunities W912DW25R15F0. To view and download the RFP documents when posted, your firm must be registered with https://sam.gov/. 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.

Firms will be required to submit their proposals electronically through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module at https://piee.eb.mil/. For PIEE registration, training, and instructions for posting an offer, refer to https://piee.eb.mil/. Note: There are two vendor roles (Proposal Manager, Proposal View Only) for the PIEE Solicitation Module. The Proposal Manager role is required to submit an offer to a solicitation. It is recommended that the Electronic Business (EB) point of contact in https://sam.gov/ also serves as the Contract Administrator (CAM) in PIEE for simplicity.

As previously stated, this requirement will be set-aside for competition among eligible small business concerns ONLY. In accordance with FAR 5.203, the solicitation will be posted no earlier than 15 days after the posting of this notice.

Point of Contact: The Point of Contact for administrative or contractual questions is Contract Specialist, Chris Baroldy, at email [email protected]. Please do not ask technical questions, as answers to technical questions are only available through an online system during the solicitation process.

Similar Opportunities

Tinker air force base Oklahoma 09 Jul 2025 at 7 PM
Tinker air force base Oklahoma 09 Jul 2025 at 7 PM
Tacoma Washington 24 Jun 2026 at 4 AM (estimated)
Location Unknown 07 Jul 2025 at 4 AM
Location Unknown 18 Jul 2025 at 4 AM