W912DW25R15F0_A0003****Amendment 0003 to RFP No. W912DW25R15F0 for project titled, ?Repair Fire Suppression System, Hangars 3 and 4, Joint Base Lewis-McChord, WA; PKG No. CE0737, is hereby issued to accomplish the following: _ Section 01 00 00 ? General Requirements. Statement of Work. Revises the RFP Final date; and revises paragraph 1.4.1.1.3; _Sheet ED117 and MH-601 of the MDH150035J_Hangars 3 and 4 EBS Drawings. Sheets ED117 and MH-601 are revised to correct or to provide clarification on the sheet. All other terms and conditions under this solicitation remain unchanged. End of W912DW25R15F0_A0003***W912DW25R15F0_A0002****Amendment 0002 to RFP No. W912DW25R15F0 for project titled, Repair Fire Suppression System, Hangars 3 and 4, Joint Base Lewis-McChord, WA; PKG No. CE0737, is hereby issued to accomplish the following:_ Section 00 10 00 ? Solicitation. Incorporates Item No 0005 and Item Number 0006 into the Price Schedule; _ Revise Section 00 21 00 Instructions. Para 1.1 General Information and Description of Work. Associated CLINs incorporated to paragraphs 1.1a through 1.1d, and adds paragraphs 1.1e and 1.1f; _ Revise Section 00 22 00 Supplementary Instructions. Paragraph 4.2 Volume II (PRICE PROPOSAL) is revised to incorporate a paragraph titled, ?Pricing Based on Estimated Costs? which provides instructions for CLINs 0005 and 0006; _ Revise Section 00 73 00 ? Supplementary Conditions. Bacon Davis Act Wage Det, General Decision Number WA20250111 dated 06/27/2025 is replaced in its entirety with Bacon Davis Act Wage Det, General Decision Number WA20250111 dated 07/18/2025; _ Section 01 00 00 ? General Requirements. Statement of Work. Revises the RFP Final date; incorporates paragraph 1.4.1.5 and associated sub-paragraph; Incorporates paragraph 1.4.1.6 and associated sub-paragraphs; revises paragraph 6.4 to reserved; revises paragraph 6.5 to reserved; adds language to paragraph 8.8.2c; and adds language to paragraph 8.8.3.3; _ Revise CE0737_Specifications EBS. Paragraph 1.6.1 Commissioning is deleted from Section 01 33 29 of the Specifications EBS; _Revise MDH150035J_Hangars 3 and 4 EBS Drawings. MDH150035J_Hangars 3 and 4 EBS Drawings to provide clarifications regarding utilities requirements (AW and CLP); _ All other terms and conditions under this solicitation remain unchanged. End of W912DW25R15F0_A0002****W912DW25R15F0_A0001****Amendment 0001 to RFP No. W912DW25R15F0 for project titled, Repair Fire Suppression System, Hangars 3 and 4, Joint Base Lewis-McChord, WA; PKG No. CE0737, is hereby issued to accomplish the following:_ Provide the first site visit sign in sheet._ Provide notification of a second site visit at Hangars 3 and 4 (Bldg. J00003), McChord Field, Joint Base Lewis McChord, WA. The second site visit will be conducted at 10:00 a.m. Pacific Daylight Time on 4 August 2025._ Provide a Geotechnical Report and a Hazardous Material Report._ Provide a map showing all the buildings the furniture and equipment is to be moved to._ Revise CE0737_Specifications EBS to remove any ambiguity concerning PM, Super, QCM, and SSHO roles. _ Extend the proposal due date from 2:00 p.m. Pacific Daylight Time (PDT) on 8 August 2025 to 12:00 p.m. PDT on 11 August 2025. No response will be posted to inquiries after the Close of Business on the third business day preceding the solicitation due date. End of W912DW25R15F0_A0001****This is a solicitation for the award of a firm-fixed-price (FFP) contract to repair the fire suppression system in Hangars 3 and 4 on McChord Field, Joint Base Lewis-McChord, WA. This requirement will include the following scope of work: 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.The construction cost of this project is subject to the disclosure of the magnitude of construction projects in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 236.204 and is estimated to be between $10,000,000.00 and $25,000,000.00.