Phase 1 RFP W912DW-24-R-0028 Design-Build P202 Parachute Survival Training Facility, Joint Base Lewis-McChord, Washington
ID: W912DW24R0028Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST SEATTLESEATTLE, WA, 98134-2329, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Build of the P202 Parachute Survival Training Facility at Joint Base Lewis-McChord, Washington, under Phase 1 of a two-phase project. This procurement aims to construct a facility that will enhance parachute survival training capabilities for military personnel, ensuring they receive the necessary training in a specialized environment. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is set aside for small businesses in accordance with FAR 19.5. Interested contractors can reach out to Kyla Couch at kyla.m.couch@usace.army.mil or Susan Newby at susan.f.newby@usace.army.mil for further details, as amendments to the solicitation have already been issued.

    Files
    No associated files provided.
    Similar Opportunities
    SOF Consolidated Rigging Facility, Joint Base Lew is McChord (JBLM), Washington
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the construction of the SOF Consolidated Rigging Facility at Joint Base Lewis-McChord (JBLM) in Washington. This procurement falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and involves the construction of miscellaneous buildings as indicated by the PSC code Y1JZ. The project is significant for supporting Special Operations Forces and enhancing operational capabilities at the base. Currently, the solicitation process has been suspended as per Amendment R0005 to the RFP W912DW24R0024, with a new proposal due date to be announced in the future. Interested parties can reach out to Alysha Macdonald at Alysha.A.MacDonald2@usace.army.mil or Caroline Mueller at caroline.b.mueller@usace.army.mil for further inquiries.
    PN 100850 SOF Exploitation Training Facilities
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Wilmington District, is planning to award a Firm Fixed Price contract for the design and construction of three new training facilities at Fort Liberty, North Carolina, under solicitation W912PM24R0013. The project aims to create facilities that simulate a city hall, a residence, and a laboratory for Special Operations Forces (SOF), incorporating Low Impact Development features and adhering to various Department of Defense criteria, including Anti-Terrorism/Force Protection standards. The estimated construction cost ranges between $1,000,000 and $5,000,000, with the solicitation expected to be available in electronic format on or about September 24, 2024. Interested small businesses must register in the System for Award Management (SAM) and can contact Nicolette Campbell at nicolette.l.campbell@usace.army.mil or Robert N. Law at robert.n.law@usace.army.mil for further information.
    Design-Bid-Build, Sentinel Air Education Training Command (AETC) Formal Training Unit
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers is seeking proposals for a major construction project at the Vandenberg Space Force Base in California. The Design-Bid-Build contract aims to construct a 152,900 square foot Air Education and Training Command (AETC) Formal Training Unit. This integrated facility will support Ground Based Strategic Deterrent (GBSD) training, combining maintenance and operations instruction under one roof. The building will house training bays, labs, headquarters, and academic spaces, with approximately 100 parking spaces. The project has a steel core structure design and a performance period estimated at 1,000 calendar days. The work involved includes: Construction of a permanent facility, adhering to DOD Unified Facilities Criteria. Compliance with DOD anti-terrorism/force protection requirements. Site preparation, including clearing, grubbing, and grading. Utility connections for water, sewer, electrical, and mechanical services. Installation of security, communication, and fire protection systems. Construction of parking areas and walkways. With an estimated value between $100 million and $250 million, the project requires compliance with Buy American and Trade Agreements Act provisions. Offerors must be prepared to work under a Project Labor Agreement (PLA), which will be incorporated into the solicitation. Additionally, large businesses awarded contracts over $1.5 million must submit subcontracting plans. Interested parties should register on the Procurement Integrated Enterprise Environment (PIEE) suite to access the solicitation when it is issued. The primary point of contact for this opportunity is Stanislav Sekacov, Contracting Officer, whose details are available in the listing. All applicants should ensure they can meet the requirements and deadlines outlined in the upcoming solicitation. The government reserves the right to cancel, delay, or modify the project at any stage.
    $175M MATOC for Maintenance, Repair, Construction and Incidental Design Work on JBLM, WA and Sub-Installations
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified prime contractors for a potential $175 million Multiple Award Task Order Contract (MATOC) focused on maintenance, repair, construction, and incidental design work at Joint Base Lewis McChord (JBLM) and its sub-installations in Washington. The MATOC aims to support general construction activities, including renovations, repairs, and environmental abatement, with task orders expected to range from $250,000 to $7 million and an average project duration of six months to two years. This opportunity is particularly significant as it falls under the 8(a) program, meaning only eligible 8(a) firms will be considered for award, and interested parties must submit their letters of interest by 1:00 p.m. local time on October 4, 2024, to Contract Specialist John McGuire at john.e.mcguire@usace.army.mil.
    Mud Mountain Dam Lower Cascade Creek Water Control Facility
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake the Mud Mountain Dam Lower Cascade Creek Water Control Facility project in Enumclaw, Washington. The objective of this procurement is to replace an outdated water control structure that failed during a flood event in 2009, necessitating the full demolition of the existing system and the construction of a modern facility designed to improve flood management capabilities and operational reliability. This project is critical for enhancing the hydrological management of Lower Cascade Creek, ensuring compliance with environmental standards, and minimizing disruption to existing operations, with an estimated construction cost between $10 million and $25 million. Interested parties should note that the solicitation is expected to be issued on or about October 17, 2024, with a closing date around December 3, 2024, and can contact Jeannette Patton at jeanette.k.patton@usace.army.mil for further inquiries.
    Repair Fire Protection Tech Training, Multi Facilities project located at Sheppard AFB, Texas
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Repair Fire Protection Tech Training project at Sheppard Air Force Base in Texas. This procurement aims to address the repair and alteration of multiple facilities, utilizing a Two-Step Sealed Bidding method as outlined in FAR Part 14.5, with the first step focusing solely on technical proposals. The project is significant, with a construction magnitude estimated between $10 million and $25 million, and falls under the NAICS code 236220 for Commercial and Institutional Building Construction. Interested parties can reach out to Lindsey Byfield at lindsey.m.byfield@usace.army.mil or call 918-669-7070 for further details.
    Phase 4-Johnsontown Closure Vault
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Louisville office, is soliciting proposals for the Phase 4-Johnsontown Closure Vault project. This procurement involves construction services categorized under Other Heavy and Civil Engineering Construction, focusing on the construction of miscellaneous buildings. The successful contractor will play a crucial role in ensuring the integrity and functionality of the closure vault, which is essential for maintaining operational standards. Interested parties can find more details by logging into the PIEE system and searching for the solicitation number W912QR42204152. For inquiries, Amber Drones can be contacted at amber.l.drones@usace.army.mil or by phone at 502-315-6479.
    Restricted MATOC Task Order Request for Proposal (RFP) W912HP-24-R-3988, MCRC Waco Whole Center Renovation (WCR)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Charleston, is soliciting proposals for a Restricted MATOC Task Order Request for Proposal (RFP) W912HP-24-R-3988, focused on the renovation of the MCRC Waco Whole Center. This project aims to enhance the facility's infrastructure, aligning with the standards for commercial and institutional building construction, as indicated by the NAICS code 236220. The renovation is crucial for maintaining operational efficiency and supporting the mission of the center. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) are encouraged to participate, with further details available by logging into the PIEE portal and searching for the RFP number. For inquiries, potential bidders can contact Walter Gordon at WALTER.L.GORDON@USACE.ARMY.MIL or call 843-329-8157.
    W9127824R0070 Advance Notice for PPRF
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Engineer District Mobile, is announcing a presolicitation for the construction of a permanent Projectile Penetration Research Facility (PPRF) in Vicksburg, Mississippi. This project entails the construction of a 9,900 square foot facility designed for projectile penetration testing, which includes various specialized rooms and supporting infrastructure such as utilities, lighting, and landscaping. The estimated contract value ranges from $10 million to $25 million, and it is set aside for small businesses, defined as those with average annual receipts of less than $45 million. Interested contractors must register in the System for Award Management (SAM) and monitor the Procurement Integrated Enterprise Environment (PIEE) website for solicitation documents and updates, with a site visit and request for information process to be detailed in the solicitation package. For further inquiries, contact Justin Tarver at justin.tarver@usace.army.mil or Stephanie M. Scalise at Stephanie.m.scalise@usace.army.mil.
    KC 46A Bed Down in Israel for USACE Middle East District
    Active
    Dept Of Defense
    The United States Army Corps of Engineers (USACE) Middle East District is seeking qualified firms for a Design-Bid-Build construction project to establish a KC-46A Bed-Down site in Israel. The project involves the construction of multiple structures and infrastructure improvements, including a maintenance hangar, storage facilities, and various utility systems, all essential for supporting the KC-46 aircraft operations. This opportunity is significant for enhancing military aviation capabilities in the region, with an estimated contract value between $25 million and $100 million. Interested parties must be U.S. firms or U.S. joint ventures, and the anticipated solicitation release is expected by the end of October 2024, with proposals due 30 days thereafter. For inquiries, contact Jonathan Space at jonathan.m.space@usace.army.mil or Igor Malyshev at igor.d.malyshev@usace.army.mil.