Search Contract Opportunities

Repair Ghost DFAC (Building 3757)   4

ID: W912DW25BA013 • Type: Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Popular Questions:
Generate a draft:
Loading

Description

Posted: Sept. 18, 2025, 3:00 p.m. EDT

Amendment 0002

The purpose of Amendment 0002 is to incorporate the following into Solicitation W912DW25BA013, for project entitled, Repair Ghost DFAC - Building 3757 (CE0879) on Joint Base Lewis-McChord (JBLM), Washington:

  1. Statement of Work, Revised 9 September 2025, the following changes were made:

Section 1.3. Area Description; added the following paragraph:

  • 1.3.2.2. See Attachment 9 Building Envelope Report for more details on roof and exterior envelope.

Section 1.3.3.1., Paragraph h. Roofing and Envelope, added paragraphs 5 & 6:

  • (5) For bidding purposes, the Contractor shall carry an allowance of 1,600 SF of wood roof sheathing replacement and 1,600 SF of roof decking replacement. Actual replacement shall be performed as directed where deteriorated conditions are encountered during demolition.
  • (6) Exterior masonry: The Contractor shall clean and repoint brick only where mortar joints are soft, loose, or missing. 100% removal and replacement of all mortar joints is not required. Repointing shall be limited to deteriorated joints identified during field inspection and confirmed by the COR.

Section 1.3.3.1., Paragraph i. Civil, added paragraph 5:

  • (5) Hydroseeding: The Contractor shall water and maintain seeded areas until turf is established (uniform stand of healthy grass covering at least 90% of seeded area). Watering shall comply with Section 3.2.6 of the specifications and continue until acceptance by the COR.

Section 1.3.3.1., Paragraph j. Cold Storage Requirements, the following verbiage was added:

  • Paragraph j changed to:

j. Cold Storage Requirements: Contractor to provide (2) dual-temperature cold storage containers for the duration of construction.

  • Paragraph j(1) changed to:

(1) Containers should be standard 10 ft walk-in containers with capacity around 400-500 cubic feet each. Approximate external dimensions will be 10 ft (length) x 8 ft (width) x 8.5 ft (height). The term container is not limited to connex-style refrigerated containers. Both smooth-sided outdoor walk-in cooler/freezer units and refrigerated container units are acceptable, provided they meet all requirements herein. Containers must be suitable for outdoor placement and delivered as complete, plug-and-play cold storage units. Containers shall include shelving adequate for safe storage and access.

  • Paragraph j(2) changed to:

(2) Containers shall be dual-temperature storage capable of refrigeration and freezing in separate compartments OR one dedicated refrigeration container and one dedicated freezer container. Refrigeration mode shall be able to maintain approximate temperatures of +35 F to +45 F and Freezer Mode shall be able to maintain temperatures of 0 F to -10 F.

  • Paragraph j(5) changed to:

(5) The containers will be actively used by the customer during construction. The Contractor shall maintain the units in fully operational condition throughout the duration of the project. At project completion, the Contractor shall disconnect the units, restore all disturbed building electrical connections to their prior condition, and remove the containers from the site.

Section 8.1. Work Condition; added the following paragraph:

  • 8.1.4. Government vs. Personal Property. Personal items and non-Government property will be removed by the using agency prior to the start of construction. The Contractor shall remove, protect, store, and/or reinstall all Government-owned furnishings, shelving, movable kitchen equipment, televisions, and other items as required to complete the work. Items shall be protected from damage during construction and returned to their original or designated locations in equal or better condition.

2. Attachment 9 Building Envelope Report has been added to the list of attachments.

Note to Bidders: The due date for receipt of bids in response to this solicitation remains unchanged and is as stated on the original SF1442.

All other terms and conditions of this Solicitation remain unchanged.

NOTICE TO BIDDERS: Bidders must acknowledge receipt of this amendment, and any previous amendments, by number and date on the Standard Form 1442, Back, Block 19.

//////////BREAK//////////

Amendment 0001

The purpose of Amendment 0001 is to incorporate the following into Solicitation W912DW25BA013, for project entitled, Repair Ghost DFAC - Building 3757 (CE0879) on Joint Base Lewis-McChord (JBLM), Washington:

  1. Remove Availability of Funds verbiage from Section 00 20 00 - Instructions for Procurements
  2. Remove Clause 52.232-18 - Availability of Fund from Section 00 72 00 - General Conditions.
  3. Section 00 20 00 - Instructions for Procurements, paragraph 9, changed from:

A completed bid includes:

-Fully executed Form 1442-with amendments acknowledged

-Bid Bond

-Fully completed Bid Schedule

TO:

A completed bid includes:

-Fully executed Form 1442-with amendments acknowledged

-Bid Bond

-Fully completed CLIN Schedule from Section 00 10 00 of this solicitation

Note to Bidders: The due date for receipt of bids in response to this solicitation remains unchanged and is as stated on the original SF1442.

All other terms and conditions of this Solicitation remain unchanged.

NOTICE TO BIDDERS: Bidders must acknowledge receipt of this amendment, and any previous amendments, by number and date on the Standard Form 1442, Back, Block 19.

//////////BREAK//////////

This solicitation (W912DW25B17HG) is an Invitation for Bid (IFB) for the project entitled, Repair Ghost DFAC (Building 3757) on Joint Base Lew is-McChord (JBLM), Washington. The Contractor shall furnish all labor, personnel, equipment, materials, operating supplies, tools, supervision, and transportation, in accordance with the plans and specifications to perform all tasking within the associated Statement of Work.

This solicitation is a 100% Small Business set-aside, restricted to 8(a) firms. As such, competition for this solicitation is set aside for eligible 8(a) firms ONLY.

NAICS Code for this acquisition is 226220 - Commercial and Institutional Building Construction; Small Business Size Standard: $45M.

The magnitude of construction for this anticipated contract is estimated to be between $5,000,000.00 and $10,000,000.00.

Posted: Sept. 10, 2025, 1:50 p.m. EDT
Posted: Sept. 3, 2025, 7:28 p.m. EDT
Posted: Aug. 26, 2025, 5:06 p.m. EDT
Posted: Aug. 26, 2025, 3:17 p.m. EDT
Posted: Aug. 14, 2025, 5:39 p.m. EDT
Background
The U.S. Army Corps of Engineers, Seattle District, is issuing this solicitation for the project entitled 'Repair Ghost DFAC (Building 3757)' located on Joint Base Lewis-McChord (JBLM), Washington.

The mission of the agency is to provide quality construction services that support military operations and enhance the infrastructure of the base. The goal of this contract is to repair and upgrade the facility to meet operational standards.

Work Details
The contractor shall furnish all supervision, labor, equipment, materials, operating supplies, tools, and transportation necessary to perform all work in accordance with the contract specifications and Statement of Work (SOW).

The scope includes:
- Installation of new Heating, Ventilation, and Air Conditioning (HVAC) systems.
- Other incidental repairs as detailed in the specifications and contract drawings.
- All work must be performed under a Firm Fixed Price arrangement and in strict accordance with the provided specifications and drawings.

Place of Performance
The construction projects will be performed at Building 3757, Joint Base Lewis-McChord (JBLM), Washington.

Overview

Response Deadline
Sept. 15, 2025, 1:00 p.m. EDT Past Due
Posted
Aug. 14, 2025, 5:39 p.m. EDT (updated: Sept. 18, 2025, 3:00 p.m. EDT)
Set Aside
8(a) (8A)
Place of Performance
Joint Base Lewis McChord, WA 98433 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$400,000 - $900,000 (AI estimate)
Signs of Shaping
70% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 8/14/25 USACE Seattle District issued Solicitation W912DW25BA013 for Repair Ghost DFAC (Building 3757) due 9/15/25. The opportunity was issued with a 8(a) (8A) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z2FD.
Primary Contact
Name
John McGuire   Profile
Phone
(360) 640-8683

Secondary Contact

Name
Jeffrey Ross   Profile
Phone
(253) 966-4391

Documents

Posted documents for Solicitation W912DW25BA013

Opportunity Assistant


AI Analysis

AI Generate

Opportunity Lifecycle

Procurement notices related to Solicitation W912DW25BA013

Award Notifications

Agency published notification of awards for Solicitation W912DW25BA013

Contract Awards

Prime contracts awarded through Solicitation W912DW25BA013

Incumbent or Similar Awards

Contracts Similar to Solicitation W912DW25BA013

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912DW25BA013

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912DW25BA013

Experts for Repair Ghost DFAC (Building 3757)

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > US ARMY ENGINEER DISTRICT SEATTLE
FPDS Organization Code
2100-W912DW
Source Organization Code
100221304
Last Updated
Oct. 1, 2025
Last Updated By
john.e.mcguire@usace.army.mil
Archive Date
Sept. 30, 2025