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 competitive 8(a) Set-Aside opportunity seeks qualified firms to perform construction, facility repair/alteration, and real property repair/alteration projects on an as-needed basis. The overall program ceiling is $995,000,000.00 over a five-year ordering period. Proposals are due April 22, 2026.
Scope of Work
The MACC will cover a broad range of general construction disciplines for on-base facilities at JBER. Projects will include maintenance, repair, minor construction, and new construction, with a primary focus on repair and alteration. Services may encompass design and engineering, facility upgrades, utility work, airfield pavement, roofs, carpentry, hazardous materials abatement, demolition, mechanical, electrical, plumbing, concrete masonry, welding, and paving. All work must comply with JBER's specific installation standards, environmental regulations, and safety protocols.
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/Maximum Order: $2,000.00 / $20,000,000.00.
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45M size standard.
- Set-Aside: Competitive 8(a) Set-Aside. Only SBA Certified 8(a) firms or joint ventures are eligible.
Key Requirements & Deliverables
- Compliance with Unified Facilities Guide Specifications (UFGS).
- Potential requirement for design documentation up to 65% for Design-Build Task Orders.
- Establishment and maintenance of an effective quality control system.
- Strict adherence to federal, state, and local environmental regulations, including comprehensive plans for hazardous waste, hazardous materials, and asbestos management.
- Compliance with JBER-specific standards for facilities, telecommunications, and CAD/GIS record drawings.
- Required personnel include Project Manager, Site Superintendent, Quality Control personnel, and Site Safety and Health Officer (SSHO).
- Performance and Payment Bonds are required.
Submission & Evaluation
- Proposal Due Date: April 22, 2026, by 1:00 PM AKDT.
- Pre-Proposal Conference: March 31, 2026, at 9:00 AM AKDT.
- Questions Due Date: April 7, 2026.
- Submission Method: Electronically via the Department of Defense Secure Access File Exchange (DODSAFE).
- Evaluation: 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.
- Relevant Experience: Bidders must demonstrate relevant experience using the provided template and self-scored worksheet, aligning projects with defined categories (e.g., IECC compliant building design, electrical distribution, HAZMAT abatement, utility systems, HVAC, security systems, complex projects, design-build). Wage determinations (Davis Bacon Act) are applicable.