Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 06, 2025 SAM #8532
SOURCES SOUGHT

Y -- Repair Fire Suppression Systems, Hangars 3 and 4 on McChord Field, Joint Base Lewis-McChord (JBLM), WA.

Notice Date
4/4/2025 8:38:45 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW25R15F0
 
Response Due
4/25/2025 2:00:00 PM
 
Archive Date
05/10/2025
 
Point of Contact
Christopher Baroldy, Phone: 253.966.3220, Shannan Jones
 
E-Mail Address
christopher.l.baroldy@usace.army.mil, shannan.m.jones@usace.army.mil
(christopher.l.baroldy@usace.army.mil, shannan.m.jones@usace.army.mil)
 
Description
This is a Sources Sought Notice for market research purposes ONLY. This is NOT a Request for Proposals, Request for Quotes or Invitation for Bids. A solicitation, specifications or drawings are not available at this time. After review of the responses to this notice, and if the Government intends to proceed with the acquisition, a separate presolicitation notice will be published on the System for Award Management (SAM) website, https://sam.gov. Responses to this Sources Sought Notice are not adequate responses to any future solicitation announcement. All interested parties and potential bidders/offerors are responsible to monitor SAM for any future postings. The purpose of this Sources Sought Notice is for the U.S. Army Corps of Engineers (USACE) to gain knowledge and determine the availability of interested business sources for a proposed firm fixed-price construction project to repair the fire suppression systems at Hangars 3 and 4 on McChord Field at Joint Base Lewis-McChord (JBLM), WA. In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 236.204, the magnitude of construction for this anticipated project is estimated to be between $10,000,000.00 and $25,000,000.00. Payment and performance bonds for the value of the contract will be required. The North American Industry Classification System (NAICS) code for this project is 236220, Commercial and Institutional Building Construction, with an associated small business size standard of $45,000,000.00. This Sources Sought Notice is strictly for informational and market research purposes ONLY, to assist the Government in identifying contractors with the interest and capability to accomplish the type of work that will be required by the anticipated project. Responses received to this Sources Sought Notice will also assist the Government in determining the appropriate acquisition method for the subject requirement, including whether a small business set-aside is possible and/or appropriate, and what type of solicitation will be issued for this requirement. Please note that this Sources Sought Notice does not constitute a solicitation for competitive bids or proposals and is not to be construed as a commitment by the Government. No reimbursement will be made for any costs associated with providing information in response to this notice or any requested follow-up information. Unsolicited proposals will not be accepted. Further, proprietary information is not being requested at this time and respondents shall refrain from providing proprietary information in response to this notice. No award will be made from this Sources Sought Notice. This notice is also not a request to be placed on a solicitation mailing list. However, all interested firms, regardless of business size under NAICS code 236220, should respond to this notice. Responses to this Sources Sought Notice will be shared with the Government project team, but otherwise will be held in strict confidence. SUMMARY DESCRIPTION OF PROPOSED PROJECT: The Seattle District USACE expects to issue a solicitation for a firm-fixed price contract to repair the fire suppression systems in Hangars 3 and 4 at McChord Field on Joint Base Lewis-McChord (JBLM), WA, which will include the following scope of work requirements: a. Repair Fire Suppression System, Hangars 3 and 4, Building J00003. Background: Building J00003 includes Hangar #3 and Hangar #4. Hangar #3 consists of approximately 16,742 square feet of first floor support spaces, 973 square feet of second floor support spaces, 73,459 square feet of Hangar Area that also includes 4,531 square feet of mechanical spaces above the center support areas yielding a total square footage of 95,705 square feet. Hangar #4 consists of approximately 16,376 square feet of first floor support spaces, 12,030 square feet of second floor support spaces, 75,010 square feet of Hangar Area that also includes 6,128 square feet of mechanical spaces above the center support areas yielding a total square footage of 109,544 square feet. Scope: Project will repair the failing fire suppression system in Hangars 3 and 4 (Building J00003). Work will include demolishing and repair by replacement of the high expansion foam system with an automatic sprinkler system, the wet-pipe automatic sprinkler system throughout the administrative support areas, and the fire alarm system with a fully addressable system that incorporates the fire alarm system control panel, remote power supply, initiation devices, and notification appliances. Work will also include repairing components of the ventilation and electrical systems and remediating asbestos contaminated material based on the assumption that there is underground asbestos-cement piping. Repair of the fire alarm system circuits and cabling shall be in accordance with the Unified Facilities Criteria (UFC). The fire suppression system will comply with UFC 4-211-01 Aircraft Maintenance Hangars, Chapter 5 (Air Force Specific Criteria), and Headquarters Air Force/A4 Memorandum Aircraft Hangar Fire Suppression System Modernization (3 June 2021). b. Repair Fire Pump House and Pumps, Building J00024. Background: The Fire Pump House (Building J00024) is 2,240 square feet and was built in 1968. The building is constructed of concrete and CMU with a 14-foot-high wall measured at the parapet. The building is built on a concrete slab that has multiple housekeeping pads, cut outs and anchors. Scope: The two (2) existing Fairbanks Morse diesel driven fire pumps at the East end of the Fire Pump House and the single Fairbanks Morse diesel driven foam fire pump at the east end of the Fire Pump House and their related equipment and piping, the existing foam storage tank, and concrete pads will be demolished and removed from the site. The remaining three (3) diesel fire pumps at the west end of the pump house will remain and continue to serve Hangar #1 and Hangar #2. The single exterior man door located in the South wall shall be replaced with a double wide exterior man door to allow work at the East end of the Fire pump house to occur. New fire pump work will include the installation of two (2) electrically driven fire pumps. Each of the two (2) electrically driven fire pumps shall be horizontal split case fire pumps that have an output rating of approximately 75 p.s.i. at 750 g.p.m. with a churn pressure of 88 p.s.i., a 150% rated capacity of 65 p.s.i., and a horsepower rating of approximately 65. The sprinkler, alarm and other support systems will also be replaced during the building repair. c. Repair Waterlines between Buildings J00003 and J00024. Scope: All existing 24-in. diameter underground mains serving Hangars 3 and 4 shall be demolished and removed from site. A new 8-in. Class 52 Ductile Iron Piping (DIP) will be installed from the Pump House (Building J00024) to serve Hangar #3 and Hangar #4. Each dedicated lead-in shall be brought into a new open trench with a metal grate wed walking surface allowing the piping to be visually seen and not be placed under the slab of either building. Replacement of the lines will require patching of the existing parking areas. d. Relocate Office Equipment to Support Repair Efforts. SCOPE: Existing Hangars 3 and 4 (Building J00003) are occupied. Prior to starting repair work, the contractor will need to relocate a significant amount of office furniture, equipment and specialty tools between hangars. Some furniture disassembly/reassembly will be required. The process will be reversed, moving staff equipment back into the hangars at the end of the project. SUBMITTAL REQUIREMENTS: Interested firms should submit a capabilities package limited to five (5) pages (exclude any Joint Venture and Bonding information from page count) that includes the following: 1. Firm�s name, address (mailing and URL), point of contact, phone number and email address. 2. CAGE code and UEI of your firm. 3. Your firm�s primary North American Industry Classification System (NAICS) code(s). 4. Business classification, i.e., state whether your firm is classified by the Small Business Administration as any of the following or is Other Than Small Business: ? Small Business (SB) ? Small Disadvantage Business (SDB) ? Woman-Owned SB (WOSB) ? Veteran-Owned SB (VOSB) ? Service-Disabled VOSB (SDVOSB) ? Historically Underutilized Business Zone (HUBZone) ? 8(a) Program ? Other Than Small Business (Large Business) 5. Regions in which your company normally performs work or would perform work: ? West ? Midwest ? Northeast ? Southwest ? Southeast ? OCONUS (Outside the Continental United States) ? All of the Above 6. Firm�s Joint Venture Information, if applicable. 7. Bonding Information. Provide the following, on your Bonding Company�s letterhead: (a) Bonding Limit � Single Bond (b) Bonding Limit � Aggregate 8. A brief capabilities narrative describing your firm�s ability to meet anticipated contract requirements as described above. 9. A narrative describing a minimum of two (2) projects your firm has completed that were similar in size, scope and complexity to the anticipated contract requirements described above. Of particular interest to the Government are projects where your firm completed replacement of fire suppression system(s) in a large facility, hangar or warehouse. If a single project(s) does not cover all scope of work areas described above for the subject project, the narrative may include additional projects noting experience on individual systems or groups of tasks. Submission of your interest is not a prerequisite to any potential future posting, but participation will assist the Government in identifying sources with required capabilities and in determining the appropriate acquisition strategy for this requirement. Interested contractors must be registered in the SAM database, https://sam.gov, to be eligible for award of any Government contract. PLEASE SUBMIT RESPONSES TO: Responses to the Sources Sought Notice should be received as soon as possible but no later than 2:00 pm (Pacific Time) on 25 April 2025. Phone calls will not be accepted. Submit responses to the attention of Contract Specialist, Christopher Baroldy, at Christopher.L.Baroldy@usace.army.mil. The NWS Small Business Programs Point of Contact is Enshane Hill-Nomoto, Enshane.Nomoto@usace.army.mil or cenws-sb@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/897bdf4dcfc246cbb23bc9e3f93fbe81/view)
 
Place of Performance
Address: McChord AFB, WA 98438, USA
Zip Code: 98438
Country: USA
 
Record
SN07398571-F 20250406/250404230053 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.