JBLM-Lewis, WA - Convert Wahlburger to Panera Bread
ID: GNFR-FC-LMC-24-22158Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEARMY/AIR FORCE EXCHANGE SERVICEPZ - K OFC OF DIR-PROCU 1018572DALLAS, TX, 75236-1598, USA

NAICS

ConstructionT (23)

PSC

CONSTRUCTION OF DINING FACILITIES (Y1FD)
Timeline
    Description

    The Army and Air Force Exchange Service (AAFES) is soliciting proposals for the conversion of a Wahlburger restaurant to a Panera Bread at Joint Base Lewis-McChord (JBLM) in Washington. The project involves extensive interior modifications and equipment installations within a 2,110 square foot space to meet current marketing standards, with a completion timeline of 120 calendar days. This renovation is part of a broader initiative to enhance food service offerings for military personnel, ensuring compliance with federal contracting regulations and labor laws. Interested contractors must submit their proposals by October 4, 2024, and can contact Grace Perez-Martinez at martinezg@aafes.com or 214-212-3271 for further details. The estimated project cost ranges between $500,000 and $1 million.

    Point(s) of Contact
    Files
    Title
    Posted
    The Army and Air Force Exchange Service is contracting for the conversion of a Wahlburgers restaurant to a Panera Bread at Joint Base Lewis-McChord, Washington. This spans a project area of 2,110 square feet, requiring complete interior modifications and equipment installations to align with marketing standards, with a contract duration of 120 calendar days from the notice to proceed. The contract is established by the Army and Air Force Exchange Service, an instrumental entity of the U.S. Government, which operates military retail facilities. Key specifics include provisions regarding contractor responsibilities, including compliance with various labor laws and safety requirements. The document outlines the operational constraints on the contractor regarding the representation of the Exchange and advertising practices. A detailed specifications section is also provided, emphasizing the need for a comprehensive cost breakdown for the project, along with terms governing changes, termination, insurance, and other legal stipulations. This contract serves the purpose of facilitating the necessary renovations while adhering to federal contracting processes, ensuring safety, compliance, and coordination between military standards and commercial operational requirements. The Exchange's goal is to enhance food service offerings for military personnel while maintaining high standards of quality and service.
    The document outlines the construction project for a Panera Bread addition at Joint Base Lewis-McChord, Washington, under the management of the Army and Air Force Exchange Service (AAFES). It details project stakeholders, including key contractors—ALSC Architects, Coffman Engineers, and MSI Engineers—highlighting their contact information. The project includes various construction documents such as floor plans, schedules, and structural analyses that comply with regulatory codes, including the IBC and NFPA standards. The building's specifications, occupancy classifications, and plumbing fixture requirements are also precisely noted, focusing on accessibility and safety measures. The construction type is designated as IIB, and the project adheres to multiple building codes to ensure compliance. The document serves as an essential reference for contractors and designers, outlining responsibilities and technical requirements necessary for the project's successful completion. Safety regulations and effective means of egress for varying occupant loads are emphasized, ensuring that the structure meets all necessary safety protocols. This comprehensive overview highlights the collaboration among various engineering and architectural disciplines to facilitate a modern, functional addition to existing facilities.
    The Army & Air Force Exchange Service has issued a Request for Proposal (RFP) for the conversion of Wahlburger to Panera Bread at JBLM-Lewis, Washington, with a project cost estimated between $500,000 and $1 million, to be completed within 120 calendar days. Proposals must be submitted by October 4, 2024, and include essential documentation such as a completed proposal response form and a proposal bond. Compliance with affirmative action requirements, as outlined in Executive Order 11246, along with adherence to the National Defense Authorization Act (NDAA) regarding the Xinjiang Uyghur Autonomous Region, is mandatory. Potential contractors are encouraged to conduct a site visit, though it is not required. The contract will be awarded based on proposal responsiveness, pricing competitiveness, and the offeror's qualifications. Successful bidders will need to provide performance and payment bonds post-award. The document delineates responsibilities and conditions, emphasizing the need for clear communication and detailed proposals, while reiterating that the project must comply with labor and employment regulations. This RFP reflects the strategic goals of ensuring quality service provision while promoting equitable employment opportunities in government contracts.
    The document outlines the construction requirements and guidelines for a remodel project of a Panera Bread restaurant at Joint Base Lewis-McChord (JBLM), managed by the Army and Air Force Exchange Service (AAFES). Key components include project scope, safety protocols, material substitutions, and specific conditions for contractor operations. The project covers approximately 2,304 square feet and requires adherence to various safety regulations including OSHA standards, environmental management practices, and sustainable acquisition policies. Contractors must manage safety plans, obtain necessary permits, and comply with strict access guidelines due to base security protocols. The document emphasizes the importance of coordination with AAFES for any equipment installation and establishes procedures for handling hazardous materials. Compliance with federal and local codes is mandatory, underscoring the document's role in ensuring contractor accountability and project safety. This construction initiative is part of a broader federal effort to renovate and maintain operational efficiency within military facilities.
    The document provides detailed specifications for various equipment utilized within Panera Bread locations, focusing on items like dishwashing stations, shelving, sinks, and faucets. It outlines key elements such as dimensions, material specifications, vendor models, and warranties for each equipment piece. Notable items include a two-section dish wash smart wall (96.5" width), multi-tier wall shelving, stainless steel sinks with detailed construction features, and pre-rinse spray valves designed for efficient operations. The specifications emphasize sturdiness, adherence to regulations, and functional design tailored for a high-demand food service environment. Manufacturers like Eagle and Fisher are highlighted, ensuring the equipment meets rigorous commercial standards and warranties provide confidence in durability. Each item is structured with measurements, materials, and specific functional characteristics that cater to the operational needs of Panera Bread, supporting efficient kitchen workflows while maintaining health and safety standards. This documentation is crucial for procurement in aligning with government RFPs and regulations concerning commercial kitchen equipment.
    The document outlines equipment specifications for Panera Bread, detailing various appliances necessary for their operations. Key items include an 8-head soda/ice dispenser, double door refrigeration worktops, a single door refrigerated undercounter, and iced tea brewers, each accompanied by manufacturer details, model numbers, dimensions, electrical requirements, capacities, and warranties. Additionally, there are specific features highlighted in a series of commercial kitchen equipment, such as a coffee server, microwave ovens, and high-capacity soup stations. Important elements include construction materials (stainless steel), energy efficiency using environmentally friendly refrigerants, and the incorporation of technological controls for precise operation. The purpose of the document emphasizes the need for standardized commercial kitchen equipment, ensuring compliance with safety and operational standards in food service settings. This aligns with government RFPs by establishing requirements for suppliers and ensuring efficient service delivery, directly supporting local and state governments' aim for compliance and commercial effectiveness. By providing clear specifications and approved suppliers, the document sets a foundation for procurement and operational consistency essential for Panera Bread’s operational framework.
    The document outlines the wage rates applicable to construction contracts under the Davis-Bacon Act for work performed in Pierce County, Washington, with the wage rates established in accordance with various federal Executive Orders. The primary focus is on guaranteeing compliance with these wage requirements for federally funded construction projects, detailing minimum wage rates based on the type of contract and covering specific roles such as carpenters, electricians, and laborers. The document specifies wage rates for different labor classifications, emphasizing the relevance of annual adjustments, particularly for contracts awarded or renewed post-January 30, 2022. Additionally, it highlights contractors' obligations under Executive Orders related to paid sick leave and worker protections. The final section describes the appeal process for wage determinations, ensuring stakeholder engagement in addressing classification disputes or other wage-related issues. This document is vital for ensuring fair labor practices and compliance in federal and state RFPs, guiding contractors in financial and regulatory adherence.
    Lifecycle
    Title
    Type
    Similar Opportunities
    JBLM Lewis, Washington- Burger King Image Upgrade
    Active
    Dept Of Defense
    The Army and Air Force Exchange Service (AAFES) is soliciting proposals for the upgrade of a Burger King facility at Joint Base Lewis-McChord (JBLM), Washington. The project aims to modernize the restaurant's interior and exterior, including replacing the roof, updating finishes, enhancing lighting, and adding a dual-lane drive-thru, with an estimated contract value between $1 million and $2.5 million. This renovation is crucial for providing quality dining services to military personnel and their families while ensuring compliance with federal standards and safety regulations. Proposals are due by September 27, 2024, and interested contractors should contact Nikisha Knowlton at knowltonn@aafes.com or 214-312-4570 for further details.
    Hunter Army Airfield, Georgia- Corner Express 2.0 Image Update
    Active
    Dept Of Defense
    The Army and Air Force Exchange Service is soliciting proposals for the Corner Express 2.0 Image Update project at Hunter Army Airfield in Savannah, Georgia. This project involves a comprehensive interior renovation of the Corner Express facility, including the addition of two Quick Service Restaurants and the replacement of a non-functional cooler/freezer, with a total interior scope of 9,123 square feet. The renovation is crucial for modernizing military exchange facilities and ensuring compliance with updated standards, with an estimated project cost between $500,000 and $1,000,000 and a construction period of 120 days. Interested contractors must submit their proposals by 2:00 PM CST on September 26, 2024, and can direct inquiries to David Combs at combsdm@aafes.com or by phone at 214-312-2732.
    DACA675250002600-United States Army Corps of Engineers (USACE) seeks to lease approximately 3,703 square feet of retail space in Federal Way, Washington for an Armed Forces Career Center
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is seeking to lease approximately 3,703 square feet of retail space in Federal Way, Washington, for an Armed Forces Career Center. The government requires a fully-serviced lease for up to five years, including base rent, utilities, janitorial services, and parking, with specific location criteria outlined in the solicitation. This procurement is crucial for establishing a recruiting office that meets operational and accessibility standards, ensuring effective recruitment efforts for the Armed Forces. Interested parties must submit their proposals electronically by October 18, 2024, and can contact Jessica Butko at jessica.I.butko@usace.army.mil or Mike Arne at Michael.L.Arne@usace.army.mil for further information.
    The Defense Commissary Agency (DeCA) stores located at Luke AFB and Hill AFB have a need for Preventive Maintenance (PM) and Unscheduled Repair Services of Miscellaneous Food Processing Equipment (MFP)
    Active
    Dept Of Defense
    The Defense Commissary Agency (DeCA) is seeking qualified contractors to provide Preventive Maintenance (PM) and Unscheduled Repair Services for Miscellaneous Food Processing Equipment (MFP) at Luke Air Force Base (AFB) and Hill AFB. The procurement aims to ensure the operational reliability and safety of food processing equipment through regular maintenance and prompt repairs, adhering to Original Equipment Manufacturer (OEM) standards and compliance with local, state, and federal regulations. This initiative is critical for maintaining the efficiency and safety of food services within military commissaries, supporting the overall mission of the Department of Defense. Interested parties must submit their quotes by 4:00 PM EST on September 27, 2024, to Tammy Torres and Evelyn Settles via email, with all proposals remaining valid for 90 calendar days post-submission.
    FSS SALAD BAR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking quotations for the procurement of a custom-built salad bar and two serving lines for the Kentucky Air National Guard in Louisville, Kentucky. The project requires the contractor to deliver comprehensive designs that meet specific specifications, including features such as cooling wells, sneeze guards, and electrical hookups, all while adhering to safety standards and incorporating the organization's branding. This procurement is crucial for enhancing service capabilities and operational efficiency at the facility, with a response deadline set for September 18, 2024, at 10 AM EST, and a mandatory site visit scheduled for September 17, 2024. Interested vendors should direct inquiries to TSgt Quetta Odom at glennquetta.odom@us.af.mil or call 502-413-4617 for further details.
    DFAC Cleaning and Food line services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Maryland Air National Guard, is seeking small business vendors to provide janitorial and food line services during monthly Unit Training Assemblies. The contractor will be responsible for all personnel, supervision, and services necessary for kitchen cleaning and food serving, as outlined in the Statement of Work (SOW). This opportunity is a total small business set-aside under NAICS code 561720, with a size standard of $22 million, emphasizing the importance of compliance with federal guidelines in proposal submissions. Interested vendors must submit their proposals via the solicitation module in PIEE by the deadline, with all questions due by September 18, 2024, directed to Michael Dombkiewicz at michael.dombkiewicz.1@us.af.mil or by phone at 410-918-6218.
    AFSOC 103021 SOF Maintenance Hangar and LXEZ 153953 SOF Composite Maintenance Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a one-bay aircraft hangar and a composite maintenance facility at AFSOC 103021. This project encompasses all necessary labor, transportation, materials, equipment, and supervision to complete the construction and associated environmental work. The facilities are crucial for supporting special operations forces, ensuring they have the necessary infrastructure for maintenance and operational readiness. Interested contractors should note that the proposal due date has been extended to October 29, 2024, and they can direct inquiries to Jack Letscher at jack.t.letscher.civ@usace.army.mil or Valeria Fisher at valeria.fisher@usace.army.mil for further details.
    RFQ- 36FSS Combo Steamer-Convection Oven and Waffle Maker Double
    Active
    Dept Of Defense
    The Department of the Air Force is seeking quotes for the procurement of a Combination Steamer-Convection Oven and a Double Waffle Maker, specifically for use at Andersen Air Force Base in Guam. The solicitation, identified as FA524024QM125, is a Request for Quotes (RFQ) that is entirely set aside for small businesses, adhering to a size standard of 1,500 employees. These kitchen appliances are essential for efficient food service operations within military facilities, ensuring compliance with operational standards and quality requirements. Interested vendors must submit their quotes by September 24, 2024, and are encouraged to direct any inquiries to Emily Gumataotao at emily.gumataotao.1@us.af.mil or SSgt James Kwok at james.kwok@us.af.mil.
    $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.
    Modular Rest Area Purchase/Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the purchase and installation of a modular rest area at Joint Base McGuire-Dix-Lakehurst in New Jersey. The project aims to address hazardous conditions due to the lack of a proper HVAC system, necessitating the construction of a 384 sq-ft modular rest area equipped with essential systems to ensure a safe working environment for personnel. This procurement is part of the federal government's commitment to enhancing workplace safety and supporting small businesses, particularly under the Total Small Business Set-Aside program. Interested contractors must submit their proposals by September 19, 2024, and can direct inquiries to Alexander Gibson or Christina Vargas via their provided email addresses.