SOF Consolidated Rigging Facility, Joint Base Lewis McChord (JBLM), Washington
ID: W912DW25R0021Type: Presolicitation
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)
Timeline
    Description

    The Department of Defense, through 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 project falls under the NAICS code 236220, focusing on commercial and institutional building construction, specifically for the construction of miscellaneous buildings. The facility is crucial for supporting Special Operations Forces, enhancing operational readiness and efficiency. Interested contractors should reach out to Alysha Macdonald at Alysha.A.MacDonald2@usace.army.mil or Shawna West at shawna.m.west2@usace.army.mil for further details, as this presolicitation notice indicates upcoming opportunities for qualified bidders.

    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    Secure Ops Facility
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors for the construction of a Secure Operations Facility at Joint Base Lewis-McChord in Washington. This project, estimated to cost between $100 million and $250 million, will encompass a 34,200 square foot facility that includes an All Domain Operations Center (ADOC) and a Tactical Secure Vehicle Area (TSVA), designed to enhance operational readiness with advanced security features and utility installations. Interested firms are invited to submit a capabilities package detailing their experience and bonding information, with responses due by March 21, 2025, and must comply with SAM registration requirements. For further inquiries, interested parties may contact Mary Hesser at mary.a.hesser@usace.army.mil or Andrea Jackson at Andrea.G.Jackson@usace.army.mil.
    W912HN25B4001 - PN81905 Consolidated Rigging Facility Hunter Army Airfield, GA
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the construction of the Consolidated Rigging Facility at Hunter Army Airfield in Savannah, Georgia. This project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. The facility will play a crucial role in supporting military operations by providing essential rigging services, thereby enhancing operational readiness. Interested contractors can reach out to Gregory Graham at gregory.m.graham@usace.army.mil or Fabiola Ducelus at Fabiola.Ducelus@usace.army.mil for further details, and they should be aware of the necessary security protocols outlined in the accompanying site visit document, which includes entry requirements and directions to the facility.
    Regional Job Order Contract (JOC) for General Construction
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Northwest, is soliciting proposals for a Regional Job Order Contract (JOC) focused on general construction projects. This contract is set aside for 8(a) certified businesses and aims to facilitate the repair or alteration of miscellaneous buildings within the commercial and institutional construction sector. The work will primarily take place in Washington State, underscoring the importance of local engagement in federal construction initiatives. Interested contractors can reach out to Cynthia Elmstrom at cynthia.m.elmstrom.civ@us.navy.mil or by phone at 360-564-9519 for further details regarding the solicitation process.
    P1556 10th Marines Maintenance and Operations Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking contractors for the construction of the P1556 10th Marines Maintenance and Operations Complex at Marine Corps Base Camp Lejeune, North Carolina. This project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and aims to enhance operational capabilities for the Marines stationed at the base. The successful contractor will be responsible for the construction of various facilities that support maintenance and operational functions, which are critical for the readiness of military operations. Interested parties can reach out to James Godwin at james.a.godwin41.civ@us.navy.mil or call 757-341-1999 for further details, as this presolicitation notice indicates upcoming opportunities for qualified bidders.
    N44255-25-R-1502, Pre-Solicitation Notice; NAVFAC NW – GRANDE MULTIPLE AWARD CONSTRUCTION CONTRACT (GRANDE MACC)
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Northwest, is preparing to issue a presolicitation notice for the Grande Multiple Award Construction Contract (Grande MACC) under solicitation number N44255-25-R-1502. This opportunity is set aside for small businesses and focuses on commercial and institutional building construction, specifically involving the construction of miscellaneous buildings in Silverdale, Washington. The contract is significant for supporting various construction projects within the Navy's infrastructure, ensuring that facilities meet operational needs. Interested parties can reach out to Shelby Flowers at shelby.l.flowers4.civ@us.navy.mil or by phone at 360-396-0084, or contact Nancy Coffee at nancy.m.coffee.civ@us.navy.mil or 360-396-0262 for further information.
    Roofing Multiple Award Construction Contract
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Northwest, is soliciting proposals for a Roofing Multiple Award Construction Contract aimed at small businesses. This contract will focus on the repair or alteration of miscellaneous buildings, specifically within the roofing sector, as classified under NAICS code 238160. The services procured are vital for maintaining the integrity and safety of military facilities. Interested contractors are encouraged to reach out to Nancy Coffee at nancy.m.coffee.civ@us.navy.mil or by phone at 360-396-0262, or Jodus Hortin at jodus.d.hortin.civ@us.navy.mil or 360-315-8317 for further details regarding the solicitation process.
    Commercial Entrance Control Facility, Malmstrom Air Force Base, Montana
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the construction of a Commercial Entrance Control Facility at Malmstrom Air Force Base in Montana. This project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is categorized as an 8(a) set-aside opportunity, aimed at supporting small businesses. The facility will play a crucial role in enhancing security and access control at the base, reflecting the importance of infrastructure in military operations. Interested contractors can reach out to Shawna West at shawna.m.west2@usace.army.mil or Michael Saldana at michael.e.saldana@usace.army.mil for further details, as the presolicitation notice indicates upcoming procurement activities.
    P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the construction of the P-909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story, Virginia. This project involves the design and construction of a facility approximately 60,000 square feet in size, which will include the demolition of existing structures and the establishment of various operational spaces, including maintenance areas, storage, and administrative offices, all aimed at enhancing military operational capabilities. The procurement is critical for supporting Navy personnel and ensuring compliance with federal construction standards, with an estimated budget ranging from $25 million to $100 million and a completion timeframe of 1,048 calendar days. Interested contractors must submit their proposals electronically by April 10, 2025, and can direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or by phone at 757-341-1973.
    FY25 DHA SRM Facility Repairs Building 1585, Yokota Air Base, Japan
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for facility repairs at Building 1585 located at Yokota Air Base, Japan. The project involves commercial and institutional building construction, specifically focusing on the repair or alteration of laboratories and clinics. This opportunity is critical for maintaining operational readiness and ensuring the safety and functionality of the facilities at the base. Interested contractors can reach out to Charles Qi at charles.l.qi.civ@usace.army.mil or Nakiba Jackson at nakiba.s.jackson.civ@usace.army.mil for further details, with the presolicitation notice indicating the importance of timely engagement in the procurement process.
    GRANDE Multiple Award Construction Contract (MACC)
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Northwest, is soliciting proposals for the GRANDE Multiple Award Construction Contract (MACC), aimed at small businesses under a total small business set-aside. This contract will focus on commercial and institutional building construction, specifically involving the construction of miscellaneous buildings. The awarded contracts will play a crucial role in supporting various construction projects within the Navy's infrastructure. Interested contractors can reach out to Shelby Flowers at shelby.l.flowers4.civ@us.navy.mil or call 850-866-5631, or contact Jodus Hortin at jodus.d.hortin.civ@us.navy.mil or 360-315-8317 for further details.