Virtual Industry Day-JBER-AF Program-AE MultiDiscipline MATOC (IDIQ)

SOL #: W911KB26RA019Special Notice

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W2SN ENDIST ALASKA
ANCHORAGE, AK, 99506-0898, United States

Place of Performance

EARECKSON AS, AK

NAICS

Architectural Services (541310)

PSC

Other Architect And Engineering Services (C219)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 25, 2026
2
Last Updated
May 13, 2026
3
Action Date
Apr 23, 2026, 10:00 PM

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, U.S. Army Corps of Engineers (USACE) Alaska District, hosted a Virtual Industry Day for an upcoming Indefinite Delivery Architect-Engineer (AE) Services Multiple Award Task Order Contract (MATOC) for Joint Base Elmendorf-Richardson (JBER), Alaska. This unrestricted procurement aims to award seven base contracts with a shared capacity of $600 million for multi-discipline AE services. An award is anticipated in the first quarter of FY27.

Scope of Work

This MATOC will cover multi-discipline Architect-Engineer services exclusively for JBER. Services include Design During Construction, RFI responses, submittal reviews, and engineering-related site inspections. It will not include general construction management/support services. Task orders are anticipated to range from $25,000 to $75 million.

Contract & Timeline

  • Contract Type: Indefinite Delivery Multi-Discipline Architect-Engineer Multiple Award Task Order Contract (MATOC)
  • Procurement Method: Procured under the Brooks A-E Act
  • Set-Aside: Unrestricted
  • NAICS Code: 541310 (Architectural Services) with a $12.5M size standard
  • Contract Capacity: Shared ceiling of $600 million across 7 base contracts
  • Ordering Period: Five (5) years with a two (2) year option period
  • Minimum Guarantee: $3,500 per contract
  • Anticipated Award: First quarter of FY27
  • Industry Day: Held April 14, 2026; Q&A posted April 23, 2026

Key Requirements & Evaluation

Bidders must be registered in SAM, submit a NIST score, and possess Cybersecurity Maturity Model Certification (CMMC) Level 2. Key personnel (principal or project manager level) require a Secret clearance at the time of proposal. Past experience projects must be within the last 7 years (Design Complete less than 7 years ago), with a strong emphasis on cold region experience (ASHRAE climate zones 7 and 8). Selection criteria include professional qualifications, specialized experience (especially cold regions), past performance, capacity, and knowledge of the locality.

Small Business Participation

The contract includes specific small business subcontracting goals: 10% small business, 5% small disadvantaged business, 3% HUBZone, 2% women-owned small business, 2% veteran-owned small business, and 1% service-disabled veteran-owned small business. Small business participation is a key selection consideration.

People

Points of Contact

Files

Files

View
Download

Versions

Version 4
Special Notice
Posted: May 13, 2026
View
Version 3
Special Notice
Posted: May 13, 2026
View
Version 2Viewing
Special Notice
Posted: Apr 23, 2026
Version 1
Special Notice
Posted: Mar 25, 2026
View