Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 01, 2025 SAM #8588
SOURCES SOUGHT

Z -- Repair Ghost DFAC (Building 3757)

Notice Date
5/30/2025 11:33:12 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW25B17HG
 
Response Due
6/16/2025 1:00:00 PM
 
Archive Date
07/01/2025
 
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)
 
Description
SOURCES SOUGHT NOTICE INTRODUCTION: The U.S. Army Corps of Engineers, Seattle District is issuing a Sources Sought to determine interest, availability and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned, and Small Business concerns. The NAICS code for the work is 236220. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. PLACE OF PERFORMANCE: Building 3757, 3rd Brigade Area on Joint Base Lewis-McChord (JBLM), WA CONTRACT DURATION: The Award Date is anticipated for the month of September 2025 with an estimated contract completion date for the month February 2027. CONTRACT TYPE: The proposed action will be a construction project with a Firm-Fixed-Price (FFP) contract. The Governments intends is to solicit this requirement as an Invitation for Bid (IFB) under FAR Part 14 procedures. DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE) AT HTTPS://SAM.GOV. IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.� REQUIRED CAPABILITIES: The Contractor shall supply all supervision, labor, equipment, and materials to perform all work in strict accordance with the specifications, Statement of Work, and identified drawings to provide new Heating, Ventilation, and Air Conditioning (HVAC) Systems 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 Finishes: 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 of prior to be disturbed 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 If your organization has the potential capacity to perform these contract services, please provide the following information: UEI Number CAGE Code POC�s name, physical address, email address, and telephone number Website address Small business size, socioeconomic categories, and type of ownership for the organization Capability Statement Organization�s bonding capability The Government will evaluate market information to ascertain potential market capacity to: Provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements. Implement a successful project management plan that includes compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation. ELIGIBILITY: The applicable NAICS code for this requirement is 236220 � Commercial and Institutional Building Construction with a Small Business Size Standard of $45M. The Product Service Code is Z2FD � Repair or Alteration of Dining Facilities. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (SITE VISIT): A site visit will be provided at time of solicitation. There will be no site visit associated with this announcement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT): Interested parties are requested to submit a capabilities statement of no more than five (5) pages in length in Times New Roman font of not less than 10 pitch. This documentation should address at a minimum the following items: What type of work has your company performed in the past in support of the same or similar requirement? How much experience does your company have installing HVAC systems and ancillary construction projects? Can or has your company completed a task of this nature? If so, please provide details. What specific technical skills does your company possess which ensure capability to perform the tasks? Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. All questions must be submitted to the contract specialist identified below. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. QUESTIONS TO INDUSTRY: Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, John McGuire john.e.mcguire@usace.army.mil, with a courtesy copy to the Contracting Officer, Jeffrey Ross Jeffrey.A.Ross@usace.army.mil and Small Business Programs Office, Enshane Hill-Nomoto enshane.nomoto@usace.army.mil in either Microsoft Word or Portable Document Format (PDF). The deadline for response to this request is no later than 1:00 PM, PDT, 16 June 2025.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bfe1f409563c410b9ae64d51a0c45136/view)
 
Place of Performance
Address: Joint Base Lewis McChord, WA 98433, USA
Zip Code: 98433
Country: USA
 
Record
SN07461649-F 20250601/250530230051 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.