Multiple Award Construction Contract
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 Air Force has published a Justification and Approval (J&A) for a $95,000,000.00 ceiling increase to the existing Multiple Award Construction Contract (MACC) Multiple Award Program (MAP) at Ellsworth AFB, South Dakota. This action is a sole-source modification to the five incumbent contractors to address urgent mission requirements.
Purpose of Justification
This J&A supports an increase to the MACC 5.0 MAP ceiling, which is necessary due to an unforeseen acceleration in mission requirements, primarily driven by the B-21 Raider bed-down and Air Force-wide facility modernization efforts. The current contract ceiling is insufficient to accommodate these emergent needs, risking a complete work stoppage and jeopardizing the B-21 program's schedule. This increase is a temporary measure to ensure continuity of operations until a new, competitively awarded follow-on MACC is in place, projected for FY28.
Contract Details
The existing MACC has a ten-year ordering period and an original ceiling of $95,000,000.00. Over 75% of this original capacity has been utilized in less than five years. The ceiling is being increased by an additional $95,000,000.00. The initial MACC was a small business set-aside.
Scope of Work
The work involves critical construction and modernization projects at Ellsworth AFB.
Rationale for Sole Source
This action is a sole-source modification, limiting work to the five existing awardees: All American Contracting Solutions, DPEC RCS JV, LaCreek MAC Development, OK2 Construction, and QSJV LLC. The rationale is that these incumbent contractors possess unique, established knowledge and understanding of the complex, ongoing projects, allowing them to immediately execute expanded requirements without significant learning curve or performance risk. Pursuing full and open competition at this time would introduce an unacceptable delay of 12-18 months.
Future Plans
The government is concurrently developing a long-term competitive solution for a follow-on MACC. This future acquisition strategy will include an expanded scope and ceiling, refined technical requirements, and strategic market engagement for full and open competition or a strategically determined set-aside.
Contacts
- Primary: Samantha Hough (samantha.hough.2@us.af.mil, 6053851730)
- Secondary: Laurie Lykken (LAURIE.LYKKEN.1@US.AF.MIL, 6053851742)