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 the importance of quality construction and compliance with small business participation guidelines, requiring at least 30% of the total contract value to be allocated to small business concerns. The solicitation has been amended to extend the performance period to June 3, 2025, and to refine evaluation criteria, including a Best Value Tradeoff (BVTO) approach for proposal assessments. Interested contractors should contact Mary Hesser at mary.a.hesser@usace.army.mil or 206-764-6662, or Andrea Jackson at andrea.g.jackson@usace.army.mil or 817-886-1048 for further details.

    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
    Short term lodging JBLM WA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking short-term lodging services at Joint Base Lewis-McChord (JBLM) in Washington. The procurement aims to provide accommodations for personnel, highlighting the importance of reliable lodging options for military operations and personnel support. Interested vendors can find more details and contact the primary support team at Marketplace Support via email at MarketplaceSupport@unisonglobal.com or by phone at 1.877.933.3243. There are no set-asides for this opportunity, and the NAICS code for this procurement is 721110, which pertains to hotels and motels.
    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.
    Patton Hall New Strategic Engagement Platform Joint Base Myer-Henderson Hall, Virginia
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is hosting an Industry Day for the Patton Hall New Strategic Engagement Platform project at Joint Base Myer-Henderson Hall, Virginia. This procurement involves a competitive design-build project aimed at constructing a new Strategic Engagement Center, which includes the demolition of Building 214 while preserving the historic Jailhouse, with a focus on innovative solutions and performance-based requirements. The project is significant for enhancing operational capabilities and public engagement at the base, with a two-phase selection process planned for FY25 and contract award anticipated in FY26-FY27. Interested parties must register by October 30, 2025, and can contact Robert Ferebee at robert.l.ferebee@usace.army.mil or Tamara Bonomolo at tamara.c.bonomolo@usace.army.mil for further information.
    Design Bid Build - Construction of the Advanced Skills Trainee Barracks at Parks Reserve Forces Training Area, CA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for the Design-Bid-Build construction of the Advanced Skills Trainee Barracks at the Parks Reserve Forces Training Area in Dublin, California. This project involves constructing a 45,000 square foot facility, with a focus on compliance with safety, environmental, and construction standards, including a mandatory Project Labor Agreement. The barracks are intended to enhance military training capabilities and ensure operational readiness, reflecting the Army's commitment to quality infrastructure. Interested small business contractors must register in the System for Award Management (SAM) and submit proposals by the revised deadline of August 13, 2025, with inquiries directed to Ryan King at ryan.m.king2@usace.army.mil.
    FY23-28 General Construction Services BPA - W911S223S8000
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple HUBZone small businesses to establish a Blanket Purchase Agreement (BPA) for General Construction Services from fiscal years 2023 to 2028. The BPA aims to facilitate various construction projects, including new work, additions, alterations, and maintenance of real property facilities, with an estimated total value of $15 million across approximately 35 projects annually, each averaging around $75,000. Interested contractors must comply with specific requirements, including obtaining payment bonds for projects exceeding $35,000, adhering to Davis-Bacon wage rates, and registering in the System for Award Management (SAM) and Wide Area Workflow (WAWF). Responses from interested parties must be submitted electronically by August 28, 2023, to the primary contact, Lyndsie Hall, at lyndsie.j.hall.civ@army.mil, including necessary documentation such as UEI, CAGE, Tax ID, and a capability statement.
    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.
    FY26 Improve Military Family Housing PAIP 9 Phase 3
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Japan District, is preparing to solicit bids for the FY26 Improve Military Family Housing PAIP 9 Phase 3 project at Yokota Air Base, Japan. This project involves the modernization, renovation, and repair of thirty-four three-bedroom military family housing townhouse units, with an estimated construction cost between ¥2,500,000,000 and ¥10,000,000,000. The successful contractor will be required to complete the work within an 18-month performance period, and the solicitation is anticipated to be issued in December 2025 or January 2026. Interested bidders must be registered in the System for Award Management (SAM) and possess the necessary Japanese construction licenses, with bids due by the specified deadline. For further inquiries, contact Ruben Romero at Ruben.A.Romero@usace.army.mil or Nakiba Jackson at nakiba.s.jackson.civ@usace.army.mil.
    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.
    Troop Appliance Maintenance and Repair (TAMR)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Troop Appliance Maintenance and Repair (TAMR) contract at Joint Base Lewis-McChord (JBLM), Washington. This procurement involves providing non-personal services for the maintenance, repair, installation, and disconnection of appliances, as well as dryer duct and vent system cleaning for Unaccompanied Housing facilities. The contract, valued at approximately $19 million, will span from November 1, 2025, to March 31, 2030, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Scott Byrd or Jason McCormick via the provided contact information.
    Stringout Construction (Rehabilitation) at Ensley Engineer Yard (EEY).
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the Stringout Construction (Rehabilitation) project at the Ensley Engineer Yard (EEY) in Memphis, Tennessee. The project entails comprehensive construction work, including the removal of existing structures, installation of new steel floats and utilities, and the construction of a new connector bridge and electrical substation, divided into a base project and six options. This procurement is significant for maintaining operational capabilities at the EEY and will be conducted as an unrestricted procurement with a HUBZone Price Evaluation Preference, with a contract value estimated between $25,000,000 and $100,000,000. Interested parties can contact Jessica Lurry at Jessica.M.Lurry@usace.army.mil or Monica Pitchford at Monica.A.Pitchford@usace.army.mil for further details.