Closed Solicitation · DEPT OF DEFENSE

    REPAIR HVAC SYSTEM & CONTROLS, BUILDING J00567 ON MCCHORD FIELD, JOINT BASE LEWIS-MCCHORD (JBLM), WA.CHORD (JBLM), WA.

    Sol. W912DW25BA012PresolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)SEATTLE, WA
    Closed
    STATUS
    Closed
    closed Jul 25, 2015
    POSTED
    Jul 10, 2025
    Publication date
    NAICS CODE
    236220
    Primary industry classification
    PSC CODE
    Y1JZ
    Product & service classification

    AI Summary

    The U.S. Army Corps of Engineers anticipates a solicitation for a firm-fixed-price contract to repair the HVAC and Direct Digital Controls for Building J00567 at Joint Base Lewis-McChord, WA. The project aims to create an energy-efficient HVAC system compliant with JBLM standards. This opportunity is set aside for small businesses under NAICS code 236220, with an estimated cost between $5 million and $10 million. The solicitation is expected to be posted on SAM around July 31, 2025.

    Contract details

    Solicitation No.
    W912DW25BA012
    Notice Type
    Presolicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    July 10, 2025
    Response Deadline
    July 25, 2015
    NAICS Code
    236220AI guide
    PSC / Class Code
    Y1JZ
    Issuing Office
    W071 ENDIST SEATTLE
    Primary Contact
    Christopher Baroldy
    State
    WA
    ZIP Code
    98134-2329

    Description

    FOR INFORMATION ONLY: This Synopsis is NOTIFICATION ONLY of an anticipated and forthcoming solicitation. 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 issuing a solicitation for the award of a firm-fixed-price (FFP) contract to repair the HVAC and Direct Digital Controls (DDC) for Building J00567 on McChord Field, Joint Base Lewis-McChord (JBLM), WA. The project will deliver a fully functional, energy-efficient HVAC system with integrated DDC and network connectivity, supporting remote monitoring and compliance with JBLM and Unified Facilities Criteria (UFC) standards. The contractor shall provide all labor, materials, equipment, and supervision necessary to: (1) demolish and replace the existing HVAC and steam systems in accordance with the construction documents; (2) phase work in 25% sections to maintain conditioned space and facilitate occupant relocation during construction; (3) install new HVAC units, ductwork, and perform testing and balancing to verify performance; (4) implement a BACnet-based DDC system with Java Application Control Engine (JACE) controllers connected to the JBLM network; and (5) install a fiber optic line, network switch, and uninterrupted power supply to support the Enterprise Energy Data Reporting System (EEDRS), including NEMA-rated components where required.

    The solicitation for this requirement will be issued as an Invitation for Bids (IFB), which will result in the award of a firm-fixed-price contract for execution of the construction project described above. The acquisition will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 14, Sealed Bidding. The project Statement of Work, specifications and drawings will be issued with the IFB, and the date upon which bids are due will be announced in the IFB. The construction cost of this project is subject to the disclosure of the magnitude of construction projects in accordance with Federal Acquisition Regulation (FAR) 36.204 and is estimated to be between $5,000,000.00 and $10,000,000.00.

    The North American Industry Classification System (NAICS) code for this requirement is 236220, “Commercial and Institutional Building Construction,” with a small business size standard of $45 million. Competition for this forthcoming IFB will be limited to SMALL BUSINESS CONCERNS ONLY under the assigned NAICS code of 236220. Other than small business firms will be deemed ineligible to submit bids.

    The Government anticipates posting Solicitation Number W912DW25BA012 for this requirement to the System for Award Management (SAM) website (https://sam.gov/) on or about 31 July 2025. Bids will be due no sooner than 30 calendar days after the actual solicitation issuance date. See the solicitation for details about the bid opening. A pre-bid site visit will be offered approximately two (2) weeks after the solicitation is posted. Refer to the solicitation for details regarding the pre-bid site visit. The Government will issue the solicitation documents for this requirement in electronic format only, which will only be available online through the System for Award Management (SAM) website under the solicitation number. No CDs or hard copies will be made available. The Government will not honor telephonic or email requests for the solicitation. Bidders are responsible for checking for any update(s) to the solicitation. The Government is not responsible for any bidder's loss of internet connectivity or for a bidder's inability to access the document(s) posted at the referenced website. Any SAM Response Date listed elsewhere in this synopsis/pre-solicitation notice are for SAM archival purposes only. They may have no relationship to the actual bid due date. The bid due date and time will be contained in the solicitation and any solicitation amendments that may be issued.

    Interested bidders must be registered in the System for Award Management (SAM) database (https://sam.gov/) to be eligible for award of a Government contract. Contractors are encouraged to register as soon as possible. Federal Acquisition Regulation (FAR) 52.204-7, System for Award Management, will be incorporated into the solicitation. For information or assistance with registering in the SAM database, go to https://sam.gov/.

    As previously stated, this requirement will be set-aside for competition among eligible small business concerns ONLY. In accordance with FAR 5.203, the solicitation will be posted no earlier than 15 days after the posting of this notice.

    Point of Contact: The Point of Contact for administrative or contractual questions is Contract Specialist, Chris Baroldy, at email christopher.l.baroldy@usace.army.mil. Please do not ask technical questions, as answers to technical questions are only available through an online system during the solicitation process.

    Key dates

    1. July 10, 2025Posted Date
    2. July 25, 2015Proposals / Responses Due

    Frequently asked questions

    REPAIR HVAC SYSTEM & CONTROLS, BUILDING J00567 ON MCCHORD FIELD, JOINT BASE LEWIS-MCCHORD (JBLM), WA.CHORD (JBLM), WA. is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.