Shower Trailer Rental
Agency: Washington National Guard
Location: Joint Base Lewis McChord, Washington
NAICS: 532120
| Agency | USACE Seattle District |
|---|---|
| Deadline | None |
| Posted | 01/15/26 |
| Estimated Value | Not Provided |
| Set Aside | Small Business |
| NAICS | 236220 - Commercial and Institutional Building Construction |
| PSC | Y1AZ - Construction Of Other Administrative Facilities And Service Buildings |
| Location | Joint Base Lewis McChord, WA United States |
W912DW26RA014 TITLE: Joint Base Lewis-McChord (JBLM) Multi Domain Task Force (MDTF) Buildings (BLDGs) 3218 and 3219
JBLM, Washington
Y1AZ - Construction of Other Administrative Facilities and Service Buildings
236220, Commercial and Institutional Building Construction
On or about 29 January 2026
On or about early-mid March 2026 100% Small Business Set-Aside Construction of Joint Base Lewis-McChord (JBLM) Multi Domain Task Force(MDTF) Buildings (BLDGs) 3218 and 3219.
This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this SYNOPSIS should be submitted in writing via email to the Contract Specialist as noted below. The United States Army Corps of Engineers (USACE) Seattle District anticipates solicitation and award of a Firm-Fixed Price contract resulting from Request for Proposal (RFP) W912DW26RA014. The project intends to convert two (2) existing barrack buildings into operational facilities for 3 tier levels of command located at JBLM. This RFP is available to all business firms with active SAM registration under North American Industry Classification System (NAICS) Code 236220, Commercial and Institutional Building Construction. In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 236.204(ii), construction magnitude is estimated to be in the range of $25,000,000 to $100,000,000. 100 percent payment and performance bonds will be required. The project intends to will convert two (2) existing barrack buildings into operational facilities for 3 tier levels of command. These buildings in general are referred as the Hammer Heads . The Hammer Handles have three (3) floors with a crawl space at grade elevation. The Hammer Heads are single floor. The Basement area with a main utility mechanical & electrical room extends partially under both the Hammer Head and the Hammer Handle. The definitive removal / demolition work items for each building will require: a) Hazardous material / debris abatement and removal mostly within the crawl space b) Partial at ~ 75% removal / demolition of exterior building envelope, interior walls, etc, c) Removal at ~ 90% removal of building mechanical electrical systems d) Removal of the existing roof EPDM system (but not the roof framing structure) The definitive repair / new work items for each building will require: e) New exterior envelope f) New building mechanical electrical systems g) New roof TPO system. Other considerations for site work coordination h) New utility connections (mostly by other entities) i) Shared construction boundaries with adjacent current and future projects
The Government anticipates using a best value trade-off source selection process in accordance with Federal Acquisition Regulation (FAR) Part 15.101-1. This process allows for a trade-off between non-price factors and price and allows the Government to accept other than the lowest priced proposal or other than the highest technically rated proposal to achieve a best value contract award. All evaluation factors that may affect the contract award and their relative importance will be clearly stated in the solicitation. Offerors: Please be advised of on-line registration requirement in the System for Award Management (SAM) database http://www.sam.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. ON OR ABOUT 29 JANUARY 2026 the solicitation documents for this project will be available via the website www.SAM.gov under Contract Opportunities W912DW26RA014. Your firm must be registered with www.SAM.gov to download the solicitation documents. NO CD'S OR HARD COPIES WILL BE MADE AVAILABLE. Downloads are available only through www.SAM.gov. Offerors are responsible for checking www.SAM.gov frequently for any update(s) to this Notice. The Government is not responsible for any loss of internet connectivity or for an Offeror's inability to access the document(s) at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to www.SAM.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the Add Me to Interested Vendors button in the listing for this solicitation. Your firm's proposal shall be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module at https://piee.eb.mil/. To view the Solicitation when posted, Vendors must have an active registration in SAM.gov. For PIEE registration, training, and instructions for posting an offer, refer to the following links: PIEE Registration_ https://piee.eb.mil/ Note: There are two vendor roles (Proposal Manager, Proposal View Only) for PIEE Solicitation Module. The Proposal Manager role is required to submit an offer to a solicitation. PIEE Solicitation Module_ Training and instructions are accessible through PIEE Web Based Training (WBT) at https://pieetraining.eb.mil/wbt/ (For instructions specific to posting an offer, select Solicitation Module' -- Proposals (Offers)' Posting Offer') For Frequently Asked Questions (FAQs) and additional training, go to the DoD Procurement Toolbox eBusiness -- Solicitation Module at https://dodprocurementtoolbox.com/site-pages/solicitation-module POINT-OF-CONTACT: The point-of-contact for administrative or contractual questions is Russ Armstrong at russell.j.armstrong@usace.army.mil. All questions must be submitted in writing to the above point-of-contact. No phone calls. Please do not ask any technical questions, as answers to technical questions are only available through an online system during the solicitation process.
| Contact name | Russell Armstrong |
|---|---|
| Contact email | russell.j.armstrong@usace.army.mil |
| Contact phone | None |
| Secondary contact name | Shawna West |
| Secondary contact email | shawna.m.west2@usace.army.mil |
| Secondary contact phone | None |
Agency: Washington National Guard
Location: Joint Base Lewis McChord, Washington
NAICS: 532120
Agency: USACE Seattle District
Location: Joint Base Lewis McChord, Washington
NAICS: 236220
Agency: MICC Joint Base Lewis-McChord
Location: Joint Base Lewis McChord, Washington
NAICS: 562111
Agency: MICC Joint Base Lewis-McChord
Location: Joint Base Lewis McChord, Washington
NAICS: 561621