AK ANG Base Supply Complex, JBER, ALASKA
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, W2SN ENDIST ALASKA, has issued a Presolicitation Notice for a two-phase, Design-Build project to construct a new Alaska Air National Guard Base Supply Complex at Joint Base Elmendorf-Richardson (JBER), Alaska. This opportunity is a Total Small Business Set-Aside with an estimated contract value of approximately $40,000,000. Phase 1 Proposals are due April 10, 2026.
Scope of Work
This project involves the design and construction of a new 59,815 SF Base Supply Warehouse on the Elmendorf side of JBER. The facility will support administrative, logistical, and operational requirements of the AKARNG. Key components include a high-bay supply warehouse, loading dock, traffic management office (TMO), classified and weapons vaults, training rooms, secure rooms, restrooms with showers and lockers, and various administrative and support spaces. The second floor will feature a mechanical mezzanine, admin/command offices, Boeing workstations, and additional support areas. The scope also includes all necessary utility services, systems, site improvements, drainage, and parking areas.
Contract & Timeline
- Type: Two-phase, Design-Build, Firm-Fixed Price
- Value: Approximately $40,000,000
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS Code: 236220 – Commercial and Institutional Building Construction
- PSC Code: Y1GZ – Construction Of Other Warehouse Buildings
- Anticipated Notice to Proceed (NTP): September 30, 2026
- Period of Performance: 1095 calendar days
- Phase 1 Proposals Due: April 10, 2026
- Solicitation Availability: On or about March 11, 2026, via PIEE Solicitation Module (W911KB26RA016)
- Requirements: Offerors must be registered in SAM.gov and the PIEE system (with a Proposal Manager role). A completed and signed Project Labor Agreement is required. The Davis Bacon Act will apply.
Evaluation
Award will be based on best value tradeoff source selection procedures, considering price and non-price factors across two phases:
- Phase 1:
- Factor 1: Past Performance (Confidence Assessment)
- Factor 2: Technical Approach
- Phase 2 (Design Technical):
- Factor 1: Building Function and Aesthetics
- Factor 2: Quality of Building Systems and Materials
- Factor 3: Site Design
- Factor 4: Proposed Contract Duration and Summary Schedule
- Factor 5: Extent of Participation of Small Business
- Factor 6: Price
Additional Notes
All solicitation documents and amendments will be available electronically on the PIEE Solicitation Module website. Offerors are responsible for monitoring the website for updates. Electronic proposal submissions will only be accepted via the PIEE Solicitation Module.