Unaccompanied Enlisted Personnel Housing (UEPH) Barracks
ID: W912DW25R0004Type: 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 TROOP HOUSING FACILITIES (Y1FC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of Unaccompanied Enlisted Personnel Housing (UEPH) Barracks at Joint Base Lewis McChord, Washington. This procurement aims to provide essential housing facilities for enlisted personnel, emphasizing compliance with small business participation guidelines, with a minimum of 30% of the total contract value allocated to small business concerns. The contract evaluation will utilize a Best Value Tradeoff (BVTO) approach, assessing both non-price and price proposals based on past performance, project narrative, and adherence to specified criteria. Interested parties must submit their proposals by July 11, 2025, at 2:00 PM, and can direct inquiries to Mary Hesser at mary.a.hesser@usace.army.mil or Andrea Jackson at andrea.g.jackson@usace.army.mil.

    Files
    Title
    Posted
    The document is an amendment to solicitation W912DW24R0004 for the construction of Unaccompanied Enlisted Personnel Housing (UEPH) Barracks at Joint Base Lewis-McChord, Washington. The amendment outlines changes to the solicitation, including an extension of the performance period to June 3, 2025, and adjustments to the evaluation criteria for proposals, particularly emphasizing a Best Value Tradeoff (BVTO) approach. Offerors must submit both non-price and price proposals to be evaluated on past performance, project narrative, and small business participation, with a minimum of 30% of the total contract value to be allocated to small business concerns. The evaluation process includes a compliance review, a non-price evaluation based on defined factors, and a price evaluation for fairness. The Government reserves the right to accept offers that provide the best overall value rather than the lowest price. Additionally, detailed instructions regarding proposal submissions, including requirements for past performance documentation and evaluation criteria, are specified. The document highlights the Government's emphasis on receiving high-quality proposals while ensuring compliance with small business participation guidelines and maintaining rigorous performance assessments throughout the evaluation process.
    Similar Opportunities
    Solicitation - W912HN25R4001 - Construct UEPH Barracks Fort Stewart GA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is soliciting proposals for the construction of Unaccompanied Enlisted Personnel Housing (UEPH) Barracks at Fort Stewart, Georgia. This project aims to address a significant housing deficit for incoming Army units, with a construction magnitude estimated between $100 million and $250 million. The contract will be awarded as a Firm-Fixed Price C-Type Stand-alone contract, emphasizing the importance of past performance, management approach, small business participation, and price in the evaluation process. Interested contractors must submit their proposals by June 26, 2025, and are encouraged to attend a site visit on May 21, 2025, for further insights into the project requirements. For additional information, contact Mr. Gregory Graham at gregory.m.graham@usace.army.mil or call 912-652-5476.
    FY25 Joint Base Lewis McChord Multi Domain Task Force Buildings 3221-3222
    Buyer not available
    The Department of Defense, through the U.S. 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 Multi Domain Task Force Buildings 3221-3222" in Washington. This project aims to convert two existing barrack buildings into operational facilities for three command tiers, involving significant tasks such as hazardous material abatement, extensive demolition, and the installation of new mechanical and electrical systems, along with new exterior envelopes and roofing. The estimated construction magnitude is between $25 million and $100 million, and only businesses with active SAM registration under NAICS code 236220 are eligible to participate. Interested contractors must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) and are encouraged to direct inquiries to the designated contacts, Andrea Jackson and Cassandra Gonzalez, via email. The solicitation documents are expected to be available online around June 16, 2025.
    PLA Special Notice FY25 Joint Base Lewis McChord Multi Domain Task Force Buildings 3221-3222
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Seattle District, is conducting a Project Labor Agreement (PLA) survey for the renovation of two barrack buildings at Joint Base Lewis McChord in Washington, with an estimated project cost between $25 million and $100 million. The objective is to gather feedback from the construction community regarding the potential use of PLAs to facilitate the extensive demolition and reconstruction required to convert the buildings into operational facilities, which includes hazardous material removal and the installation of new mechanical and electrical systems. This inquiry aims to inform future acquisition decisions by assessing local skilled labor availability, scheduling concerns, and the overall benefits or drawbacks of implementing a PLA for this significant construction project. Interested parties can provide their insights by contacting Andrea Jackson at Andrea.G.Jackson@usace.army.mil or Cassandra Gonzalez at cassandra.p.gonzalez@usace.army.mil.
    PLA Survey for conversion of two (2) existing barracks buildings into operational facilities
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is conducting a Project Labor Agreement (PLA) survey for the conversion of two existing barracks buildings into operational facilities at Joint Base Lewis McChord, Washington. The project involves significant demolition and construction work, including hazardous material abatement, removal of existing mechanical systems, and the installation of new building envelopes and ADA upgrades. This opportunity is critical for enhancing operational capabilities at the base and is estimated to cost between $25 million and $100 million. Interested parties are invited to provide comments on the use of PLAs by June 17, 2025, and can contact Russell Armstrong at russell.j.armstrong@usace.army.mil or Shawna West at shawna.m.west2@usace.army.mil for further information.
    SOF Consolidated Rigging Facility, Joint Base Lew is McChord (JBLM), Washington.
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is soliciting proposals for the construction of a new consolidated rigging facility at Joint Base Lewis-McChord (JBLM), Washington. This facility will include a parachute rigging area with essential components such as a drying tower, packing lanes, a parachute repair room, and various support spaces, all designed to meet sustainable construction standards in compliance with LEED Silver certification. The project is critical for enhancing operational capabilities and ensuring compliance with modern construction standards, including accessibility features. Interested contractors should note that the proposal due date has been extended to 10 AM Pacific time on June 13, 2025, and must acknowledge receipt of all amendments to the solicitation documents. For further inquiries, potential offerors can contact Alysha Macdonald at Alysha.A.MacDonald2@usace.army.mil or Shawna West at shawna.m.west2@usace.army.mil.
    Repair Fire Suppression Systems, Hangars 3 and 4 on McChord Field, Joint Base Lewis-McChord (JBLM), WA.
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is preparing to solicit proposals for a firm-fixed-price contract to repair the fire suppression systems in Hangars 3 and 4 at Joint Base Lewis-McChord (JBLM), Washington. The project entails comprehensive repairs, including the replacement of the existing fire suppression systems, upgrades to the fire alarm systems, and remediation of asbestos materials, as well as the installation of new waterlines and relocation of office equipment within the hangars. This work is critical for ensuring the safety and operational readiness of the facilities, with an estimated construction cost between $10 million and $25 million. Interested small business contractors should monitor the System for Award Management (SAM.gov) for the Request for Proposals (RFP), expected to be available around June 19, 2025, and direct any inquiries to Contract Specialist Christopher Baroldy at christopher.l.baroldy@usace.army.mil.
    Solicitation for Protective Coatings
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for protective coatings services at Joint Base Lewis-McChord (JBLM) in Washington. This contract encompasses a wide range of maintenance, repair, and minor construction tasks related to protective coatings on real property, requiring contractors to provide all necessary materials, equipment, and personnel to fulfill individual task orders issued by the government. The project is significant for maintaining military infrastructure and ensuring compliance with safety and environmental standards, with a budget expectation between $10 million and $25 million. Interested small businesses must submit their bids by 1:30 PM on July 9, 2025, and can contact Scott Byrd at scott.a.byrd.civ@army.mil or Angela K. Chaplinski at angela.k.chaplinski.civ@army.mil for further details.
    Repair Ghost DFAC (Building 3757)
    Buyer not available
    The U.S. Army Corps of Engineers, Seattle District, is seeking qualified contractors for the repair of the Ghost DFAC (Building 3757) at Joint Base Lewis-McChord in Washington. This project involves comprehensive construction services, including the replacement of HVAC systems, plumbing, electrical upgrades, and structural enhancements, with a focus on ensuring compliance with safety and environmental standards, particularly concerning asbestos removal. The anticipated contract, valued between $5 million and $10 million, is expected to be awarded in September 2025, with completion projected for February 2027. Interested parties should submit their capabilities statements by June 16, 2025, to the primary contact, John McGuire, at john.e.mcguire@usace.army.mil.
    Advanced Notice- Camp Buckner Revitalization Phase 4
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, New York District, is preparing to solicit proposals for the revitalization of Camp Buckner, focusing on Phase 4 of the project. This initiative aims to repair and modernize selected facilities to address structural integrity, health, and safety concerns, including the installation of new systems such as HVAC, fire suppression, and plumbing upgrades, while also abating hazardous materials. The project, valued between $5 million and $10 million, is designated as a 100% Small Business set-aside, with the first phase of the Request for Proposals (RFP) expected to be issued around July 1, 2025, and proposals due approximately 30 days later. Interested parties should direct inquiries to Denisse M. Soto at denisse.m.soto@usace.army.mil or call 917-790-8177, and must be registered with the System for Award Management (SAM) to access the solicitation.
    Army Family Housing JBMHH Maintenance and Repair Services
    Buyer not available
    The Department of Defense is soliciting proposals for maintenance and repair services for Army Family Housing at Joint Base Myer-Henderson Hall (JBMHH) in Virginia. The contractor will be responsible for comprehensive management and execution of routine maintenance, repairs, and cleaning for 87 housing units, ensuring compliance with federal regulations and quality standards. This contract, valued at approximately $47 million, emphasizes support for women-owned small businesses and includes a performance period from August 21, 2025, to June 20, 2030. Interested contractors should contact Jodi Woods at jodi.e.woods.civ@army.mil or Kenneth L. Mitchell at kenneth.l.mitchell.civ@army.mil for further details and to obtain the solicitation documents.