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
May 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, W2SN ENDIST ALASKA, issued a Special Notice for a Virtual Industry Day concerning an upcoming Indefinite Delivery Architect-Engineer (AE) Multi-Discipline Multiple Award Task Order Contract (MATOC) for Joint Base Elmendorf-Richardson (JBER), Alaska. The Industry Day, held on April 14, 2026, provided status updates, anticipated projects, and a Q&A session. This notice serves to disseminate information from that event. The anticipated contract has a shared capacity of $600 million and is an Unrestricted procurement.

Anticipated Contract Details

  • Contract Type: Indefinite Delivery Multi-Discipline AE Multiple Award Task Order Contract (MATOC)
  • Scope: Multi-discipline Architect-Engineer services for JBER, Alaska, including Design During Construction, RFI responses, submittal reviews, and engineering-related site inspections. Excludes general construction management/support services.
  • NAICS Code: 541310 - Architectural Services (Size Standard: $12.5M)
  • Set-Aside: Unrestricted
  • Contract Capacity: Shared capacity of $600 million
  • Ordering Period: Five (5) years with a two (2) year option period
  • Anticipated Task Order Size: $25K to $75M
  • Award Anticipation: First quarter of FY 27
  • Minimum Guarantee: $3,500 per contract
  • Number of Awards: 7 total base contracts

Key Requirements & Clarifications (from Q&A)

  • Personnel Clearances: Key personnel (principal/project manager) must possess a Secret clearance at the time of proposal. Other personnel may obtain clearance for specific task orders. CMMC Level 2 certification is required for handling CUI or higher; for unpopulated JVs, both owning entities must meet CMMC.
  • Experience Requirements: Past experience projects considered are within the last 7 years (Design Complete less than 7 years ago), with higher weight for more recent projects. Cold region experience (ASHRAE climate zones 7 and 8) is required, including projects outside Alaska.
  • Security: The contract intends to operate at the secret collateral level only, with no expectation of TS/SCI. GSA-approved security containers and facilities meeting federal standards are required for secret documents.
  • Small Business Goals: Specific subcontracting goals include 10% small business, 5% small disadvantaged, 3% HUBZone, 2% women-owned, 2% veteran-owned, and 1% service-disabled veteran-owned.

Evaluation Factors

Primary selection criteria include professional qualifications, specialized experience (especially cold regions design), past performance, capacity, and knowledge of the locality. Small business participation is also a key consideration.

Action Items & Contact

Review the Q&A document for full details. For questions, contact Raven Donelson at raven.s.donelson@usace.army.mil or 907-753-5611.

People

Points of Contact

Files

Files

Download
View
Download

Versions

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