Similar Projects
I-5/179th Street Interchange - Interchange Improvements
Infrastructure
Conception
$42,000,000 CJ est. value
Tacoma, WA 98409

I-5/179th Street Interchange - Interchange Improvements
Infrastructure
Conception
$42,000,000 CJ est. value
Tacoma, WA 98409

Bridge Point I-5 Seattle Office Warehouse Building Phase 1
New Construction - 1,021,701 SF
Design
$10,000,000 CJ est. value
Milton, WA 98354

Bridge Point I-5 Office Industrial Warehouse Phase 2
New Construction - 2,763,270 SF
Design
$10,000,000 CJ est. value
Milton, WA 98354

I-5, Mounts Road to Steilacoom - DuPont Road - Corridor Improvements
Infrastructure
Bidding
$210,000,000 CJ est. value
Fife, WA 98424

I-5, Mounts Road to Steilacoom - DuPont Road - Corridor Improvements
Infrastructure
Bidding
$210,000,000 CJ est. value
Fife, WA 98424

Repair Building 09175, Permanent Party UH
New Construction
Post-Bid
WA

VA American Lake Phase 2 Site Development
Demolition, Term Contract, Infrastructure, Alteration
Post-Bid
$10,000,000 to $25,000,000 est. value
Tacoma, WA

SR 167,I-5 to SR 509 - New Expressway
Infrastructure
Results
$325,000,000 to $375,000,000 est. value
WA

Engineering Services for North Sound to Olympics (STO) Trail Planning Study
Infrastructure
Results
Less than $343,000 est. value

Mercy Housing Affordable Senior Development
New Construction - 43,000 SF
Construction
$1,849,000,000 est. value
Tacoma, WA 98405

Point Defiance Zoo and Aquarium South Pacific Aquarium Tank and Exhibit Improvements
Renovation, Infrastructure
Construction
$3,736,964 CJ est. value
Tacoma, WA 98407

Frederickson Self Storage
New Construction, Infrastructure - 95,000 SF
Pending Verification
$10,300,000 CJ est. value
Tacoma, WA 98446

Frederickson Self Storage
New Construction, Infrastructure - 95,000 SF
Pending Verification
$10,300,000 CJ est. value
Tacoma, WA 98446

I-5/SB over I-705 and RR - Special Repairs
Infrastructure
Conception
$750,000 CJ est. value
Tacoma, WA 98418

Last Updated 01/04/2023 01:35 AM
Project Title

ASOG Complex Camp Murray

Physical Address View project details and contacts
City, State (County) Fort Lewis, WA 98433   (Pierce County)
Category(s) Entertainment/Recreation, Government/Public, Heavy and Highway, Industrial/Manufacturing
Sub-Category(s) Fitness Center, Industrial Warehouse, Maintenance, Military Facility, Paving/Reconstruction, Sidewalks/Parking Lot, Site Development
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected April 2023 , Construction documents
Bids Due View project details and contacts
Estimated Value $25,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Pre-Solicitation Notice for Construction of Air Support Group Operations Complex (ASOG) Camp Murray, Washington Air National Guard, WA. Air National Guard Project # ETRD 169847 Solicitation: W50S9E-23-B-0001 (Please note the Header Information is not correct and the correct solicitation number is W50S9E-23-B-0001) Project Title: Air Support Group Operations Complex (ASOG) Document Type: Pre-solicitation Notice Classification Code Y--Construction of Structures and facilities Set Aside: 100% Small Business Set-Aside NAICS Code: 236220 - Commercial and Institutional Building Construction Pre-Solicitation/Synopsis: The 194th Wing, Washington Air National Guard intends to issue a solicitation an invitation for bids to award a single fixed price contract to provide non-personal construction services to construct an Air Support Group Operations Complex located at Camp Murray, Washington. The scope of this project includes construction of a conventional shallow foundation with special reinforced masonry shear wall with brick and metal panel veneer main facility. The main facility square footage is approximately 56,600 S.F. and includes administrative, warehouse, simulation, and gym space. Adjacent construction will include the construction of several cantilever, concrete slab on grade covered parking structures; total square footage is approximately 15,000 S.F. Additionally, the scope includes the construction of vehicle parking, and roadway extension of 41st Division Way. Construction is to be completed in accordance with applicable Unified Facilities Code Criteria. The scope also includes 4 brand name J&A's. Monaco brand is required in order to interface with the base emergency system. The paint uses the brand Sherwin Williams to describe or equal colors for the ASOG construction projects. A brand name J&A is required for the storm water management system specifically ConTech in order to hook up with the other systems that are the same brand. Lastly we require the base notification system be American Signal Corp Mass Notification System in order to hook up to the existing base system. The Project will include a Base Bid along with the following Options: Base Bid: Construction of ASOG complex Option: Construct Retaining Wall Option: Concrete for GOV Parking Option: Parking Shelters Option: Fencing to enclose GOV Parking Option: POV Parking Lot and Infantry Drive in Front of Building (estimated 234 SY for POV Parking) Option: Paving Infantry Drive South of Building w/ electrical/lighting Option: Full Landscaping The contract duration is 670 days after notice to proceed has been issued, inclusive of options. The magnitude of construction is between $10,000,000 and $25,000,000. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $39.5 million. Your attention is directed to FAR Clause 52.219-14(e)(3) (DEVIATION 2019-O0003), LIMITATIONS ON SUBCONTRACTING, which states "By submission of an offer and execution of a contract, the Offeror /Contractor agrees in performance of the contract in the case of a contract for General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85 percent subcontract amount that cannot be exceeded". The tentative date for issuing the solicitation is late September - Mid October 2022. The tentative date for the pre-bid conference is late October - early November 2022 action date and location will be in identified in the solicitation. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-bid conference. All questions for the pre-bid conference must be submitted by via email to 194.WG.FAL.MSC.Contracting@us.af.mil . The bid opening date and time will be identified in the solicitation. Interested offerors must be registered in the System for Award Management (SAM). To register go to www.sam.gov. Instructions for registering are on the web page (there is no fee for registration). The solicitation and associated information and the plans and specifications will be available only from the Contract Opportunities page at SAM.gov. The solicitation and associated information and the plans and specifications will be available as controlled documents only from the betaSAM Contract Opportunities website on-line at www.beta.sam.gov. betaSAM is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders must register with betaSAM before accessing the system. Bidders who have registered with betaSAM must request access to controlled but unclassified information in attachments. The "Access" column on the attachment page will display "Controlled." Initiate your request for access by clicking the attachment. You will be added to the Authorized Parties List by submitting a DD FM 2345, DLA Logistics Information Service's Joint Certification Program or you can request for access. If you are a U.S Entity, do not submit a DD Form 2345 unless you have a Valid Data Universal Numbering System (DUNS) number, currently registered in the System for Award Management System (SAM), and have an Active Commercial and Government Entity/North Atlantic Treaty Organization (CAGE/NCAGE) Code. You may email your completed, signed and dated DD Form 2345 request along with your company's supporting documentation to JCP-Admin@dla.mil. (Please note the registration for access to the secure site takes approximately 15 business days. PLAN ACCORDINGLY!) This solicitation is an invitation for bids and there will be a formal public bid opening. DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

56,000 SF.
Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete, Precast Structural Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Doors and Frames, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Coiling Doors and Grilles, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware, Mirrors.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Specialty Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting, Exterior Painting, Interior Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Lockers, Storage Assemblies, Flagpoles.
Division 11 - Equipment, Loading Dock Equipment, Loading Dock Bumpers, Stationary Loading Dock Equipment, Portable Dock Equipment, Loading Dock Lights, Athletic Equipment, Exercise Equipment.
Division 12 - Furnishings, Window Treatments, Casework, Rugs and Mats, Office Furniture, Multiple Seating.
Division 13 - Special Construction, Special Activity Rooms, Athletic Rooms.
Division 21 - Fire Suppression, Instrumentation and Control for Fire-Suppression Systems, Fire-Suppression Sprinkler Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution, Central HVAC Equipment.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Power Distribution Units, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting, Lighting Poles and Standards, Parking Lighting, Flood Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Electronic Surveillance, Electronic Detection and Alarm, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Clearing and Grubbing, Grading, Earthwork Methods, Soil Treatment.
Division 32 - Exterior Improvements, Operation and Maintenance of Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Pavement Markings, Fences and Gates, Screening Devices, Planting Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.
Division 34 - Transportation, Operation and Maintenance of Transportation.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents