***Amendment 001***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 has issued Amendment 001 for a Multiple Award Construction Contract (MACC) at Joint Base Elmendorf-Richardson (JBER), Alaska. This solicitation, a competitive 8(a) set-aside, seeks firms for construction, facility repair/alteration, and real property repair/alteration projects. Proposals are now due April 24, 2026, by 1:00 PM AKDT.
Purpose & Scope
This MACC is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract designed to supplement in-house capabilities for a broad range of general construction disciplines at JBER. Work includes maintenance, repair, minor/new construction, and design/engineering services. Specific tasks may involve facility upgrades, utility work, airfield pavement, roofs, carpentry, hazardous materials abatement/removal, demolition, mechanical, electrical, plumbing, concrete masonry, welding, and paving.
Contract Details
- Type: Multiple Award Construction Contract (MACC) IDIQ with Firm-Fixed Price (FFP) Task Orders.
- Period: Five (5) year contract with a five (5) year ordering period.
- Overall Program Ceiling: $995,000,000.00
- Minimum/Maximum Order: $2,000.00 / $20,000,000.00
- Minimum Guarantee: $2,000.00
- NAICS: 236220 (Commercial and Institutional Building Construction)
- Size Standard: $45,000,000.00 Annual Receipts
- Set-Aside: 100% 8(a) Set-Aside. Proposals must be submitted by SBA Certified 8(a) firms or joint ventures.
Key Requirements & Deliverables
Task Orders will be issued via Fair Opportunity Proposal Requests (FOPRs). Contractors may be required to develop project design documentation up to 65% for Design-Build Task Orders. Key personnel requirements include a Project Manager, Site Superintendent, Quality Control personnel, and a Site Safety and Health Officer. Compliance with JBER security, environmental regulations (including HAZMAT, waste management, water quality, and cultural resources), and telecommunications standards is mandatory. Record Drawing As-Built deliverables must adhere to specific CAD/GIS formats. Prevailing wage rates (Davis Bacon Act) apply.
Submission & Evaluation
- Proposal Due: April 24, 2026, 1:00 PM AKDT.
- Submission: 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: To the six (6) highest-rated 8(a) firms.
- Required Submissions: Offerors must use the revised Relevant Experience Project (REP) template (up to 24 projects, 3 pages each), a Self-Scored Worksheet, and a Price Proposal detailing fully burdened hourly rates for key labor categories (Site Superintendent, Quality Control Manager, Project Manager) for FY2027-2031. Relevant experience projects must have been completed within the last 60 months, with the offeror acting as the Prime Contractor.
Amendment 001 Changes
This amendment extended the proposal due date, replaced Attachments 1, 2, 4, and 5, added Attachment 8 (Q&A), and revised Sections L (Instructions) and M (Evaluation Factors).