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.
Opportunity Overview
The Department of the Air Force, 673 CONS LGC, is soliciting proposals for a Multiple Award Construction Contract (MACC) at Joint Base Elmendorf-Richardson (JBER), Alaska. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract aims to provide a broad range of construction, facility repair/alteration, and real property repair/alteration projects on an as-needed basis. The primary work will encompass multiple disciplines within general construction categories for on-base facilities at JBER.
Contract Details
- Contract Type: Multiple Award Construction Contract (MACC) with Firm-Fixed-Price (FFP) task orders.
- Period of Performance: 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: This is a 100% Competitive 8(a) Set-Aside.
Scope of Work
The MACC covers comprehensive maintenance, repair, minor/new construction, and design/engineering services. This includes, but is not limited to, facility upgrades, utility work, airfield pavement, roads, roofs, carpentry, hazardous materials abatement/removal, demolition, mechanical, electrical, plumbing, concrete masonry, welding, and paving. All work is geographically limited to JBER, Alaska, and requires compliance with Unified Facilities Guide Specifications (UFGS). Contractors may be required to develop project design documentation up to 65% for Design-Build Task Orders.
Key Requirements & Compliance
Offerors must adhere to strict JBER security, environmental regulations (including hazardous waste, materials, asbestos management, and environmental protection plans), fire safety, and telecommunications standards. Compliance with Davis Bacon Act wage determinations is mandatory. Performance and Payment Bonds are required. Contractors must establish and maintain an effective quality control system and provide key personnel such as a Project Manager, Site Superintendent, Quality Control personnel, and Site Safety and Health Officer (SSHO). Record Drawing As-Built deliverables must meet specific CAD/GIS standards.
Submission & Evaluation
- Methodology: Proposals will be evaluated using a Highest Technically Rated Offeror with a Fair and Reasonable Price (HTRO) methodology.
- Award: Anticipated award to the six (6) highest-rated 8(a) firms.
- Submission: Electronically via the Department of Defense Secure Access File Exchange (DODSAFE).
- Eligibility: Only SBA Certified 8(a) firms or joint ventures registered under NAICS 236220 may submit proposals.
- Required Submissions: Bidders must utilize the provided templates for Relevant Experience Projects (Attachment 2), a Self-Scored Worksheet (Attachment 5), and a Price Proposal (Attachment 7).
Key Dates
- Pre-Proposal Conference: March 31, 2026, at 9:00 AM AKDT.
- Questions Due Date: April 7, 2026.
- Proposal Due Date: April 22, 2026, by 1:00 PM AKDT.
Contact Information
For inquiries, contact David May at david.may.27@us.af.mil or (907) 552-6771, or Tiffany N. Cox at tiffany.cox4@us.af.mil or 9075525669.