Prefabricated Build Fort Wainwright M320 Range ROCA Tower
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 Army is soliciting proposals for the prefabricated construction of a Range Operations Control Area (ROCA) Tower and General Instruction Building (GIB) at Fort Wainwright, Alaska. This Total Small Business Set-Aside opportunity requires specialized construction tailored for sub-arctic climate conditions. Proposals are due by March 27, 2026, at 1:00 PM AST.
Scope of Work
This project involves the construction of one (1) two-story Range Operations Center (ROC) Tower and one (1) 20' x 40' General Instruction Building (GIB) for the M320 Grenade Launcher Range. The facilities must be engineered to withstand Fort Wainwright's sub-arctic climate, addressing challenges such as permafrost, heavy snow loads, and extreme temperature fluctuations. The contractor will provide all necessary work plans, labor, materials, equipment, and supervision.
Key requirements include:
- ROC Tower: Approximately 12' x 12' cabin with an 18' eave height, second-floor control room, 4' walk-around mezzanine, and a foundation designed for permafrost (potentially thermosiphon or adjustable screw-jack). It will feature a structural steel frame with insulated metal sandwich panels rated for -50°F, ASHRAE 90.1 compliant building envelope, triple-pane windows, electric heating/AC, and lightning protection.
- GIB: A 20' x 40' single-story structure with a reinforced insulated monolithic slab-on-grade foundation, wood or metal-framed structure, ASHRAE 90.1 compliant envelope, triple-pane windows, electric heating/AC, 100-amp service, Monaco Fire Alarm system, and lightning protection.
- Period of Performance: 365 calendar days from Task Order award.
- Optional Items: Demolition and offsite disposal of existing wooden range tower and GIB, and electrical service connection to a nearby Ammo Breakdown Building.
Contract Details
This is a Firm Fixed-Price combined synopsis/solicitation. The acquisition is a Total Small Business Set-Aside under NAICS code 236220 (Construction of Commercial Buildings) with a size standard of $41,500,000.00. Funds are not presently available, and contract award is contingent upon appropriated funds.
Submission & Evaluation
Offers are due via email by March 27, 2026, at 1:00 PM AST. Evaluation will be based on Price, Technical, and Past Performance, with Technical and Past Performance combined being equal to Price. Required submission elements include:
- Complete and detailed technical specifications, drawings, and data to demonstrate technical acceptability.
- A detailed, itemized breakdown of all costs.
- Estimated delivery date, SAM Unique ID Number, CAGE Code, and Tax Identification number.
- Past performance information.
- Quotations are limited to 20 pages. All contractors must be registered in SAM.gov at the time of submission.
Key Dates & Contacts
- Offer Due Date: March 27, 2026, 1:00 PM AST
- Questions Due Date: May 17, 2026, 5:00 PM AST (Note: This date is after the offer due date as stated in the solicitation documents.)
- Submit Offers/Questions to: Richard.f.smith3.civ@army.mil or Jefferey.a.morgan.civ@army.mil.
- Primary Contact: Richard Smith (richard.f.smith3.civ@army.mil, 9073532460)
- Secondary Contact: Jeffrey Morgan (jeffrey.a.morgan69.civ@mail.mil, 9073531519)
Attachments
The solicitation includes various attachments detailing construction standards for Climate Zone 8, including general instruction building examples, foundation construction, electrical standards, lightning protection, and structural standards for Alaska. A Statement of Work (SOW) and SF 1449 are also provided.