FY25 JBLM MDTF BLDGs 3221 AND 3222
ID: W912DW25R0002Type: 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 OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)
Timeline
    Description

    The Department of Defense, through the Department of the Army, is soliciting bids for the construction project titled "FY25 JBLM MDTF BLDGs 3221 AND 3222" at Joint Base Lewis-McChord (JBLM). This opportunity involves the construction of commercial and institutional buildings, specifically focusing on administrative facilities and service buildings, as indicated by the NAICS code 236220 and PSC code Y1AZ. The successful contractor will play a crucial role in enhancing the infrastructure at JBLM, which is vital for supporting military operations and personnel. Interested parties should reach out to Cassandra Gonzalez at Cassandra.P.Gonzalez@usace.army.mil or Andrea Jackson at Andrea.G.Jackson@usace.army.mil for further details, including the attached amendment R0006, which may contain additional requirements or changes to the solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers' Seattle District is preparing for the renovation of Barracks 3218 and 3219 at Joint Base Lewis-McChord (JBLM), Washington, as part of the FY25 Multi-Domain Task Force (MDTF) Phase 2 initiative. This project entails approximately 76,781 square feet of renovation work, converting the two 1950s-era barracks into facilities for Echelon Above Brigade (EAB) and Headquarters purposes. The scope includes abatement of hazardous materials, selective demolition down to the concrete structure, and reconstruction of the buildings' exterior and interior, including HVAC systems, electrical systems, and seismic upgrades. New elevators and accessibility features will be incorporated. The contract will be managed by the Corps, with work adhering to current construction standards and regulations. This renovation aims to enhance operational capabilities and ensure compliance with modern structural and safety guidelines.
    The United States Army Corps of Engineers (USACE) Seattle District is preparing to issue a Request for Proposal (RFP) for the construction project titled "FY25 Joint Base Lewis McChord (JBLM) Multi Domain Task Force Buildings (BLDGs) 3221 and 3222." This project seeks to convert two existing barrack buildings into operational facilities for three command tiers at JBLM, Washington. The construction magnitude is estimated between $25 million and $100 million, necessitating 100% payment and performance bonds from contractors. Key tasks include hazardous material abatement, significant demolition of existing structures and systems, installation of new mechanical and electrical systems, and the construction of new exterior envelopes and roofing. Only businesses with active SAM registration under NAICS code 236220 are eligible to participate. The contract will be awarded through a competitive negotiation process that will focus on best value, emphasizing both technical acceptability and price. Offerors are required to submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) and must keep their registration in the SAM database up-to-date. For any inquiries, vendors must contact the designated point-of-contact via email without making phone calls. The solicitation documents will be available online around June 16, 2025.
    The US Army Corps of Engineers (USACE), Seattle District, issued a Sources Sought Notice for a construction project at Joint Base Lewis-McChord, Washington, involving the consolidation of command facilities across six buildings. This notice is not a Request for Proposal (RFP) or solicitation, but seeks to assess the interests and capabilities of small businesses, including those owned by women, veterans, and those in HUBZones. The project’s estimated value ranges from $100 million to $250 million, and involves significant renovations including hazardous material abatement, demolition of existing structures, and the construction of new mechanical and electrical systems. Interested firms must submit a capabilities package outlining their qualifications and business classification, among other details. The document emphasizes that unsolicited proposals are not accepted, and the government will not make any awards based on this notice. All interested parties must be registered in the System for Award Management (SAM) to be eligible for contract awards. The notice encourages participation from small businesses, indicating areas suitable for subcontracting and potential joint ventures. Final submissions are due by November 12, 2024, directed to a specified contact within USACE.
    Similar Opportunities
    Joint Base Lewis-McChord Commercial Recycling Service
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at Joint Base Lewis-McChord (JBLM), is preparing to solicit proposals for commercial recycling services. The contract will encompass the collection, transportation, and management of recyclable materials across various locations within JBLM, including the main base, North, McChord Field, and the Yakima Training Center. This indefinite delivery, indefinite quantity contract is crucial for maintaining environmental sustainability and efficient waste management practices at the installation. The anticipated solicitation release date is around July 11, 2025, with proposals due by 8:00 a.m. Pacific Standard Time on August 11, 2025. Interested contractors must be registered in the System for Award Management (SAM) under NAICS code 562111 and can find further details and updates on the SAM website.
    Construct Shipping and Receiving Building, Fort Bliss, TX
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the construction of a Shipping and Receiving Building at Fort Bliss, Texas. This procurement aims to establish a facility that will enhance logistics and operational efficiency at the military installation. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is classified under the PSC code Y1JZ for the construction of miscellaneous buildings. Interested parties can reach out to Rodney Alexander at 817-886-1090 or via email at Rodney.d.alexander@usace.army.mil for further details regarding this opportunity.
    DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project
    Dept Of Defense
    The U.S. Army Corps of Engineers, Seattle District, is seeking interested business sources for the DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project located at Camp Pendleton, California. This opportunity involves a firm-fixed-price construction contract estimated between $25 million and $100 million, focusing on the renovation of a 140,000 sq ft warehouse and 19,000 sq ft of administrative facilities, with a construction period of approximately 18 months. Interested firms are required to submit a capabilities package by January 9, 2026, detailing their qualifications, past project experience, and potential for small business subcontracting, with all submissions directed to Briana Armstrong and Andrea Jackson via email. All interested parties must also be registered in the System for Award Management (SAM) to be eligible for contract award.
    Fort Benning Job Order Contract (JOC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to issue a Job Order Contract (JOC) for construction services at Fort Benning, Alabama. This procurement aims to facilitate the repair or alteration of various buildings, aligning with the NAICS code 236220, which pertains to commercial and institutional building construction. The anticipated date for the issuance of a draft solicitation is set for January 16, 2026, and interested parties should note that this announcement does not require a response, as it is not a solicitation or sources sought announcement. For further updates, stakeholders are encouraged to monitor the SAM.gov website for any changes regarding the solicitation number, which has recently changed to W5168W26RA006.
    GUIDED MISSILE BUILDING ON SALINAS PEAK, AT WHITE SANDS MISSILE RANGE, SIERRA COUNTY, NEW MEXICO
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the construction of a guided missile building on Salinas Peak at the White Sands Missile Range in Sierra County, New Mexico. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is classified under the PSC code Y1FB for the construction of recreational buildings. The successful contractor will play a crucial role in supporting military operations by providing essential infrastructure at a key testing and training facility. Interested parties can reach out to Diana Keeran at DIANA.M.KEERAN@USACE.ARMY.MIL or by phone at 505-342-3263 for further details regarding the solicitation process.
    JBR050 Aircraft Maintenance Hangar
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a 52,047 square foot Aircraft Maintenance Hangar and Aviation Operations Facility at Joint Base Elmendorf-Richardson, Alaska. This facility will provide essential multipurpose space for the maintenance, repair, and major overhaul of military aircraft, including areas for maintenance bays, technical supply, production control, and quality control related to aviation maintenance for the Alaska Army National Guard (AKARNG). The successful contractor will play a crucial role in enhancing the operational capabilities of military aviation through this construction project. Interested parties can reach out to Michelle Nelsen at michelle.nelsen@usace.army.mil or call 907-753-2527 for further details regarding the solicitation process.
    North Landing Zone (NLZ) Role II Medical Facility
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is preparing to solicit proposals for the construction of a Role II Medical Facility at the North Landing Zone (NLZ) in Syria. This project involves the design and construction of a new medical facility, including associated power generation and services, with a contract value anticipated between $1 million and $5 million. The procurement process will follow FAR Part 15, utilizing a Lowest Price Technically Acceptable (LPTA) source selection method, and is expected to open for proposals around December 15, 2025, with a closing date around January 14, 2026. Interested contractors should ensure they are registered in the System for Award Management (SAM) and the Joint Contingency Contracting System (JCCS) to be eligible for award, and may contact Nikisha Cook or Michael Getz for further information.
    P1556 10th Marines Maintenance and Operations Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the Design-Bid-Build project P1556, which involves the construction of the 10th Marines Maintenance and Operations Complex at Marine Corps Base Camp Lejeune, North Carolina. This project encompasses the construction of multiple buildings, including warehouses, maintenance shops, and covered storage areas, with an estimated construction cost ranging from $25 million to $100 million. The complex is critical for supporting the operational needs of the 1st and 2nd Battalions, 10th Marines, ensuring they have the necessary facilities for maintenance and operations. Proposals are due by January 8, 2026, and must demonstrate relevant corporate experience, a comprehensive management approach, and a commitment to at least 20% small business participation. Interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or by phone at 757-341-1999 for further information.
    EL-00241-5J, Power and Data for Workstations, Building P10110
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of power and data systems for workstations at Building P10110, located at Fort Drum, NY. This project falls under the Commercial and Institutional Building Construction category and is classified as a HUBZone Set Aside, indicating a preference for small businesses located in historically underutilized business zones. The work involves the repair or alteration of real property, which is crucial for maintaining operational efficiency within military facilities. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W911S226Q4988. For inquiries, Stephen Murray can be contacted via email at stephen.n.murray.mil@army.mil or by phone at 315-772-1977.
    403873 FLW AIT Barracks Complex II Phase 2
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the construction of the Advanced Individual Training (AIT) Barracks Complex II Phase 2 at Fort Leonard Wood, Missouri. This project involves the design and construction of a standard AIT Battalion Complex to accommodate 600 soldiers, including barracks, company operations facilities, and various support structures, while incorporating essential safety and security features. The contract, valued between $100 million and $250 million, requires proposals to be submitted electronically via the PIEE system by January 23, 2026, with a focus on non-price evaluation factors such as Performance Confidence and Management Approach. Interested parties can reach out to Dale Coleman at dale.e.coleman@usace.army.mil or Michael G. France at michael.g.france@usace.army.mil for further inquiries.