***Amendment 002***Multiple Award Construction Contract (MACC), Joint Base Elmendorf-Richardson (JBER), AK – Solicitation
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 is soliciting proposals for a Multiple Award Construction Contract (MACC) at Joint Base Elmendorf-Richardson (JBER), Alaska. This contract will cover construction, facility repair/alteration, and real property repair/alteration projects on an as-needed basis. This is a Competitive 8(a) Set-Aside. Proposals are due April 24, 2026.
Opportunity Overview
This solicitation, FA500026R0001, is for the 2026 JBER MACC, an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract utilizing Firm-Fixed Price (FFP) Task Orders. The overall program ceiling is $995,000,000.00. The acquisition will be conducted under FAR Part 15, DFARS R-DFARS Procedures, Guidance and Information Subpart 215.3, and Department of the Air Force Mandatory Procedures, incorporating RFO and R-DFARS deviations effective March 16, 2026.
Scope of Work
The MACC will involve multiple disciplines in general construction categories for on-base facilities at JBER. Work includes maintenance, repair, and minor/new construction, as well as design and engineering services. Specific tasks may encompass facility upgrades, utility work, airfield pavement, roofing, carpentry, hazardous materials abatement, demolition, mechanical, electrical, plumbing, concrete masonry, welding, and paving.
Contract Details
- Contract Type: Multiple Award Construction Contract (MACC), IDIQ with Firm-Fixed Price (FFP) Task Orders.
- Period of Performance: Five (5) year contract with a five (5) year ordering period.
- Overall Program Ceiling: $995,000,000.00
- Minimum Order: $2,000.00
- Maximum Order: $20,000,000.00
- Minimum Guarantee: $2,000.00
- NAICS Code: 236220 (Commercial and Institutional Building Construction)
- Size Standard: $45,000,000.00 Annual Receipts
- Set-Aside: Competitive 8(a) Set-Aside (FAR 19.8). Proposals must be submitted by SBA Certified 8(a) firms or joint ventures.
Key Requirements & Deliverables
Offerors must demonstrate relevant experience through Relevant Experience Projects (REP) completed within the last 60 months, utilizing the provided Attachment 2_Relevant Experience Project Template R1 Amendment 01.docx. This template requires detailing up to 24 projects, with each submission limited to three pages and cross-referencing supporting documentation. Attachment 4_Technical Definitions R1 Amendment 0001.pdf defines the 10 REP categories and complex project tasks. Bidders must also complete Attachment 5_Self-Scored Worksheet R1 Amendment 01.xlsx to self-assess their qualifications, including bonding levels and project experience based on location (e.g., US south of 60th parallel, Alaska/north of 60th parallel).
Compliance with JBER's environmental protection, hazardous waste management, asbestos management, and telecommunications standards is mandatory. Prevailing wage rates (Davis Bacon Act) apply. Required personnel include a Project Manager, Site Superintendent, Quality Control personnel, and Site Safety and Health Officer (SSHO).
Evaluation & Submission
Proposals will be evaluated using a Highest Technically Rated Offeror with a Fair and Reasonable Price (HTRO) methodology. Award will be made to the six (6) highest-rated 8(a) firms. Proposals must be submitted electronically via the Department of Defense Secure Access File Exchange (DODSAFE).
Important Dates & Contacts
- Proposal Due Date: April 24, 2026, by 1:00 P.M. AKDT.
- Primary Contact: David May, david.may.27@us.af.mil, (907) 552-6771.
- Secondary Contact: Tiffany Cox, tiffany.cox.4@us.af.mil, 9075525669.