ContractSolicitation8a Competed

Repair Ghost DFAC (Building 3757)

DEPT OF DEFENSE W912DW25BA013
Response Deadline
Sep 15, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
8a Competed
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Ghost Dining Facility (Building 3757) at Joint Base Lewis-McChord (JBLM), Washington. The project involves comprehensive renovations, including HVAC system replacements, plumbing and electrical upgrades, and structural repairs, with an estimated contract value between $5 million and $10 million. This procurement is critical for maintaining operational standards and ensuring the facility meets current safety and efficiency requirements. Interested contractors, particularly those eligible under the 8(a) program, must submit their bids by September 15, 2025, with all inquiries directed to John McGuire at john.e.mcguire@usace.army.mil or by phone at 360-640-8683.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Z2FD
REPAIR OR ALTERATION OF DINING FACILITIES

Solicitation Documents

19 Files
Attachment 7 - Davis Bacon Wage Determination.pdf
PDF119 KBSep 18, 2025
AI Summary
This document, WA20250111, is a general wage determination for building construction projects in Pierce County, Washington, excluding single-family homes and apartments up to four stories. It outlines the minimum wage rates and fringe benefits for various construction trades, effective August 8, 2025. The document specifies compliance with Executive Orders 14026 and 13658, which mandate minimum wage rates for federal contracts, and notes that the applicable minimum wage rate will be adjusted annually. It also details the process for adding unlisted job classifications and provides a comprehensive wage determination appeals process. The document serves as a guide for contractors on federal projects, ensuring fair compensation and adherence to labor laws.
Attachment 8 - Authority to Bind.pdf
PDF362 KBSep 18, 2025
AI Summary
The document outlines the requirements for contractors to establish their authority to bind a corporation, partnership, or joint venture when signing a contract, particularly in the context of government RFPs, federal grants, and state/local RFPs. For corporations, a Corporate Certificate must be completed by the company secretary, verifying the signatory's position and that the contract is within corporate powers and duly authorized by the governing body. For partnerships or joint ventures, an 'Authority to Bind Partnership/Joint Ventures' section requires all partners' names and signatures, certifying the signatory's authority to bind the entity. Any limitations to this authority must be stated. This authority remains in effect until written revocation is acknowledged by the Contracting Officer. The purpose is to ensure that the person signing the contract has the legal capacity and authorization to commit the entity to the agreement.
Solicitation - W912DW25BA013 - Repair Ghost DFAC.pdf
PDF5755 KBAug 26, 2025
AI Summary
The solicitation W912DW25BA013, issued by the U.S. Army Corps of Engineers, Seattle District, is an Invitation for Bid (IFB) for a Firm Fixed Price (FFP) contract to repair Building 3757 (Ghost DFAC) at Joint Base Lewis-McChord, WA. This project, estimated between $5,000,000 and $10,000,000, is set aside for eligible 8(a) firms only. Bidders must be registered in SAM and submit sealed bids by September 15, 2025, at 10:00 AM local time, acknowledging all amendments and providing a bid bond of 20% of the bid price or $3 million, whichever is less. A mandatory pre-bid conference and site visit will be held on August 21, 2025, at 1:00 PM local time. Technical questions must be submitted via ProjNet, while administrative inquiries can be directed to John McGuire. The contract requires the contractor to perform at least 15% of the work with its own organization and is subject to various FAR and DFARS clauses, including limitations on subcontracting for 8(a) participants.
Attachment 1 Contract Drawings.pdf
PDF199611 KBSep 18, 2025
AI Summary
This government file details a comprehensive repair project for Building 3757 at Joint Base Lewis-McChord, Washington, as part of a federal RFP (Solicitation No. W912DW23F2034, Contract No. W912DW21D1007). The project, dated January 15, 2025, involves extensive interior, exterior, mechanical, electrical, and plumbing repairs. The file includes vicinity and area maps, a detailed sheet index covering hazardous materials, civil, structural, architectural demolition, architecture, mechanical demolition, mechanical, electrical demolition, and electrical plans. Key notes provide general construction guidelines, trenching, fill, and restoration requirements, utility coordination, and specific instructions for handling potential asbestos cement pipe. The project emphasizes adherence to JBLM standards, applicable permits, and safety regulations, including a Stormwater Pollution Prevention Plan (SWPPP) and traffic control. Structural design criteria are based on UFC and ASCE standards, accounting for seismic, wind, snow, and rain loads. Foundation design follows a geotechnical report, specifying spread footing foundations with strict excavation and backfill requirements. The project team includes WJA Design Collaborative (architecture), BCE Engineers (electrical), MED-TOX Northwest (hazardous material), Shannon & Wilson (geotechnical), Tetra Tech (cost estimation), Wetherholt (building envelope), and WSP (civil engineering).
Attachment 6 - Statement of Work (SOW) - Repair Ghost DFAC.pdf
PDF756 KBAug 26, 2025
AI Summary
The “Repair Ghost DFAC (Building 3757)” project at Joint Base Lewis-McChord (JBLM), WA, involves comprehensive renovations to Building 3757. The scope includes replacing HVAC systems, boilers, and controls, upgrading plumbing and electrical services to support new kitchen equipment, and performing structural, finishing, roofing, and civil repairs. The project also addresses hazardous materials like asbestos and lead paint, requiring adherence to environmental regulations and waste management plans. Energy efficiency goals mandate a 20% reduction in energy use below the FY 2015 baseline. The contractor must coordinate extensively with various utilities for permanent connections and comply with strict safety, environmental, and quality control protocols. The project duration is 530 calendar days with liquidated damages for delays. Submittals for all work, including environmental plans and hazardous material inventories, are required for government review and approval.
Solicitation - W912DW25BA013 - Repair Ghost DFAC - Amendment 0001.pdf
PDF18915 KBSep 4, 2025
AI Summary
No AI summary available for this file.
Amendment 0001 - W912DW25BA013 SF30.pdf
PDF3620 KBSep 18, 2025
AI Summary
No AI summary available for this file.
Attachment 2 - Specifications.pdf
PDF6045 KBSep 18, 2025
AI Summary
The provided government file outlines comprehensive requirements for the Repair Ghost DFAC (Building 3757) project, covering work restrictions, access, security, and payment procedures. It details strict protocols for contractor personnel, including familiarity with activity regulations, personal protective equipment, and identification. Working hours are set from 7 a.m. to 4 p.m., Monday to Friday, with approval required for work outside these hours. Utility cutovers are restricted to after-hours or weekends and holidays, with a 48-hour interruption limit. Security measures include identification display and fingerprinting. All personnel must complete annual 3Rs Explosive Safety Education Program training. The document specifies detailed project schedule requirements, including software compatibility (Primavera P6), activity coding, milestone management, and adverse weather planning. It mandates cost-loading principles, disallows certain scheduling practices like negative lags and artificial float, and outlines submission requirements for preliminary, initial, and periodic schedule updates, including narrative and various reports. Meetings for pre-construction, facility turnover (Red Zone), and weekly progress are also defined.
Attachment 3 HazMat Report.pdf
PDF16016 KBSep 18, 2025
AI Summary
Med-Tox Northwest conducted a hazardous building materials survey for the renovation of Building 3757 at Joint Base Lewis-McChord. The survey identified asbestos-containing materials (ACM) in specific locations, including cementitious sealant on a 10-inch pipe and a 14-inch hanging tank in the mechanical room, and white sealant on metal ducting on the roof. Various materials were tested for asbestos, with most determined to be non-asbestos containing. Lead was detected in most painted surfaces, requiring compliance with OSHA regulations during disturbance. No PCBs were found in bulk samples, but all fluorescent light ballasts manufactured before 1979 are assumed to contain PCBs, and all light tubes contain mercury. The report recommends professional removal of all identified ACM, continued destructive investigation during renovation, and proper disposal/recycling of hazardous materials like PCB ballasts and mercury-containing light tubes. The survey emphasizes on-site presence of the report for worker safety and regulatory compliance.
Attachment 4 - Submittal Register.pdf
PDF567 KBSep 18, 2025
AI Summary
This government file outlines the submittal requirements for the "Repair Ghost DFAC (Building 3757)" project. It details a comprehensive list of documents, plans, reports, and certifications required from contractors at various stages, including preconstruction, during construction (shop drawings, product data, design data, test reports, manufacturer's instructions, samples), and at closeout. Key areas covered include personnel qualifications, project scheduling, sustainability initiatives, safety and accident prevention, quality control, structural modifications, demolition, hazardous material abatement (asbestos, lead, PCBs), waste management, and commissioning. The document emphasizes adherence to environmental regulations, safety protocols, and quality assurance, highlighting the detailed documentation necessary for all phases of this federal repair project.
Attachment 6 - Statement of Work (SOW) - Repair Ghost DFAC - Amendment 0001.pdf
PDF759 KBSep 4, 2025
AI Summary
The Statement of Work outlines the comprehensive repair and upgrade of Building 3757, also known as "Ghost DFAC," at Joint Base Lewis-McChord, WA. The project, identified as "Repair Ghost DFAC (Building 3757)" with IJO Number DER212711J and Project Package Number CE0879, focuses on replacing existing HVAC systems, including air handling units, boilers, controls, and associated piping, with new energy-efficient equipment. The work also includes extensive plumbing system overhauls, electrical service upgrades, structural reinforcements for roof-mounted equipment and wall penetrations, and various finishes such as ceiling and wall repairs. Hazardous materials, primarily asbestos and lead-based paint, are present and require abatement. The project mandates compliance with numerous federal, state, and local codes, including specific Unified Facilities Criteria (UFCs) and JBLM design standards. Environmental regulations cover hazardous materials management, waste diversion (60% C&D waste diversion target), soil testing, and air quality permits, particularly for HVAC/refrigerant equipment and fuel-burning systems. The contractor is responsible for providing two dual-temperature cold storage containers for use during construction. The project has a 530-calendar day completion period from the Notice to Proceed, with liquidated damages of $1,537.74 per day for delays. Detailed submittal requirements, including project and close-out documentation, are specified, along with stringent environmental and cultural resource protection measures. Work coordination with government teams, adherence to specific work hours, and coordination with utility providers like American Water Military Services (AW) and City Light & Power (CLP) for permanent utility connections are critical. The Statement also details requirements for electrical, gas, and water metering in accordance with JBLM's Enterprise Energy Data Reporting System (EEDRS).
Site-Visit Documentation - Sign-in Sheet from Site-Visit 08-21-25.pdf
PDF1152 KBSep 18, 2025
AI Summary
No AI summary available for this file.
Justification and Approval for Other Than Full and Open Competition - Tridium Niagara N4 - Redacted.pdf
PDF572 KBSep 18, 2025
AI Summary
The Joint Base Lewis-McChord (JBLM) Public Works Engineering Services Division seeks approval for a Firm-Fixed Price contract to repair the Ghost DFAC (Building 3757). This contract includes a name-brand requirement for Niagara Framework (Tridium Niagara N4) Direct Digital Control (DDC) equipment, software, and licensing agreements. The justification for this sole-source component is the existing base-wide standardization on the Niagara N4 system, which allows for centralized monitoring, programming, and control of HVAC systems across JBLM. Incompatibility with the current Tridium Niagara N4 Supervisor would disrupt operations, compromise comfort and safety, and lead to energy inefficiencies. While the overall contract is a 100% small business set-aside under the SBA 8(a) program, the Niagara-branded DDC components are essential for seamless integration and communication with the prevailing base infrastructure.
Solicitation W912DW25BA013 - Repair Ghost DFAC - Amendment 0002.pdf
PDF42378 KBSep 18, 2025
AI Summary
This government solicitation (W912DW25BA0130002) issued by W071 ENDIST SEATTLE on August 14, 2025, is a Request for Proposal (RFP) for the "REPAIR GHOST DFAC - BUILDING 3757" project at Joint Base Lewis-McChord (JBLM). The estimated price range for this construction project is between $5,000,000 and $10,000,000. Offers are due by September 15, 2025, at 10:00 AM local time, and must remain valid for 90 calendar days. Performance and payment bonds are required, with the contractor to begin work within 10 calendar days of receiving notice to proceed and complete it within 530 calendar days. The solicitation outlines requirements for submitting offers, including marking sealed envelopes with specific information. Contact for information is John McGuire at (253) 967-2057 or JOHN.E.MCGUIRE@USACE.ARMY.MIL.
Attachment 9 - Building Envelope Report.pdf
PDF8695 KBSep 18, 2025
AI Summary
The document presents a Building Envelope Evaluation for JBLM B3757, conducted on September 27, 2023, by Wetherholt and Associates, Inc. for WJA, PLLC. The evaluation identifies numerous issues across the building's roof, canopies, and exterior walls, documented through 88 photographs. Key findings include deficiencies in roof drainage, rusted components at the site screen, abandoned roof elements requiring removal, and concerns with mechanical unit curbs. The report also highlights issues with low slope canopy roof insulation and drainage, water degradation at steep slope canopy gutters, and pulling away reglets and coping caps. Extensive efflorescence, cracking, and deterioration of brick and mortar are noted throughout the building's elevations, particularly around windows and at sealant joints. The outbuilding roof also shows signs of EPDM shrinkage. The document serves as a detailed assessment to inform future repair and construction efforts.
OF 1419 - Repair Ghost DFAC (Signed).pdf
PDF1208 KBSep 18, 2025
AI Summary
The document is an abstract of offers for Solicitation Number W912DW25BA013, titled "Repair Ghost DFAC Bldg. 3757 on Joint Base Lewis-McChord (JBLM), Washington." The solicitation was issued on August 14, 2025, and opened on September 15, 2025, by the USA Engineer District, Seattle. The government estimate for the repair project is between $10,000,000.00 and $10,993,702.11. Seven offers were received, with bids ranging from $10,360,000.00 to $13,338,198.00. The offerors include Grenlar-VNW JV1, LLC; Midnight Sun-Centennial Satku; Bristol Building Contractors, LLC; Tri Coast Construction; SES Electrical, LLC; Koman Integrated Solutions, LLC; and Guardian Construction, Inc. All offerors acknowledged two amendments and provided bid security, mostly at $3,000,000.00 or 20% of the bid amount.
Amendment 0002 - W912DW25BA013 SF30.pdf
PDF2575 KBSep 18, 2025
AI Summary
This document is an Amendment of Solicitation/Modification of Contract (Standard Form 30) related to a federal government procurement. It outlines the procedures for acknowledging amendments to solicitations, including methods such as returning copies of the amendment, acknowledging receipt on the offer, or sending a separate communication. It also details how changes to an already submitted offer can be made. The form specifies different types of contract modifications (e.g., change order, administrative changes, supplemental agreement). The specific amendment referenced is number 0002 to solicitation number W912DW25BA013, dated August 14, 2025, issued by W071 ENDIST SEATTLE KO CONTRACTING DIVISION. The effective date of this amendment is September 10, 2025. All other terms and conditions of the original document remain unchanged.
Attachment 5 - Borrow Pit SOP.pdf
PDF499 KBSep 18, 2025
AI Summary
No AI summary available for this file.
Attachment 6 - Statement of Work (SOW) - Repair Ghost DFAC Amnd. 0002.pdf
PDF572 KBSep 18, 2025
AI Summary
The Statement of Work outlines the 'Repair Ghost DFAC (Building 3757)' project at Joint Base Lewis-McChord (JBLM), WA, focusing on comprehensive renovations. Key aspects include replacing HVAC systems with energy-efficient units, upgrading plumbing and electrical infrastructure, and making structural, finish, and roofing repairs. The project mandates adherence to strict environmental regulations, including hazardous material abatement (asbestos and lead paint), waste management, and air quality control. The contractor must coordinate extensively with JBLM and utility providers (American Water Military Services and City Light & Power) for all connections and outages. The performance period is 530 calendar days, with liquidated damages for delays, emphasizing the project's critical nature and the need for rigorous compliance and coordination.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJul 2, 2025
amendedAmendment #1Aug 26, 2025
amendedAmendment #2Aug 26, 2025
amendedAmendment #3· Description UpdatedSep 3, 2025
amendedAmendment #4· Description UpdatedSep 10, 2025
amendedLatest AmendmentSep 18, 2025
deadlineResponse DeadlineSep 15, 2025
expiryArchive DateSep 30, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W071 ENDIST SEATTLE

Point of Contact

Name
John McGuire

Place of Performance

North Lakewood, Washington, UNITED STATES

Official Sources