Joint Base Lewis-McChord (JBLM) FORGE I Other Transaction Authority (OTA) Request for Prototype Proposal (RPP) W51EW7-26-R-A007
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army has issued a Request for Prototype Proposal (RPP) under Other Transaction Authority (OTA) for the Joint Base Lewis-McChord (JBLM) FORGE I Facilities Modernization Program. This initiative seeks innovative solutions to enhance JBLM's infrastructure and operational capabilities through 19 distinct construction and renovation projects, with approximately $235 Million intended for this effort. Proposals are due May 14, 2026, at 5:00 PM EDT.
Purpose & Scope
The JBLM FORGE I program is a pilot designed to demonstrate significant time and cost savings, alongside project innovation, for U.S. Army facility modernization efforts. It aims to address aging facilities, improve operational efficiency, and support service members and their families at JBLM, which serves both the U.S. Army and Air Force. Key components include:
- Infrastructure Upgrades: Renovation and construction of barracks, training facilities, administrative buildings, and maintenance shops.
- Sustainability Initiatives: Incorporating sustainable practices and technologies.
- Enhanced Training Facilities: Development of advanced training environments.
- Community Improvements: Upgrades to recreational facilities, family housing, and support services.
- Collaboration: Coordination with local government and community organizations. Follow-on production is anticipated under 10 U.S.C. 2808a for successful prototypes.
Key Projects
The program encompasses 19 projects, including:
- Construction of a UAS Training Site and Range 76, 30mm Gunnery upgrades.
- Development of SCIF-in-a-Box (SIAB) systems and McChord Airfield Security Projects.
- HVAC system replacements and repairs for facilities like the McChord Field Air Traffic Control Tower and Building J01207.
- Airfield infrastructure improvements such as Runway Grooving and Taxiway H/D Repairs.
- Design and construction of new Soldier Performance Readiness Centers (SPRCs) and renovations of existing buildings (e.g., Buildings 11371, 3168).
- I Corps JDOC Phase II upgrades for Buildings 2084 and 2090, including security fences and backup generators.
- Installation of emergency backup generators for Child Development Centers (Buildings J00578, J00580, 6995).
- Repair of the JBLM Railhead.
Contract Details
- Type: Request for Prototype Proposal (RPP) under Other Transaction Authority (OTA).
- Funding: Approximately $235 Million.
- Award: A single award is intended, but multiple awards are possible.
- Period of Performance: Not to exceed 60 months.
- Contract Type: Firm-Fixed-Price (FFP) is contemplated, though CLINs may change to Options.
- Acquisition Approach: Allows for non-competitive follow-on agreements under 10 U.S.C. § 2808(a) if the initial project is successful.
- Set-Aside: Not explicitly stated; OTA allows for flexible arrangements.
Submission & Evaluation
- Proposal Due Date: May 14, 2026, at 5:00 PM EDT.
- Proposal Validity: 210 days.
- Submission Method: Email to usarmy.jbsa.acc-micc.mbx.tsc-div1@army.mil.
- Technical Volume: Limited to 60 pages (PDF).
- Price/Cost Volume: Separate Excel file, cost narratives limited to 10 pages.
- Evaluation Factors (Descending Order): 1. Technical Approach and Design, 2. Construction Capabilities, 3. Cost Savings Potential / Overall Costs.
- On-site Visit: Tentatively scheduled for April 28-30, 2026 (no virtual option).
Special Requirements & Compliance
Offerors must plan for employee vetting, Common Access Card (CAC) issuance, and adhere to detailed data and intellectual property rights. Compliance with the Davis Bacon Act, Buy American Act, Miller Act, and CMMC is required. Submittal procedures, safety protocols (USACE EM 385-1-1), environmental protection plans, waste management (60% diversion goal), and E-Verify for employees are mandatory.