Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2026 SAM #8859
SOURCES SOUGHT

Y -- EIE466 ADAL JPARC Range Operations Center, Eielson Air Force Base, Alaska

Notice Date
2/25/2026 9:32:05 AM
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
 
ZIP Code
99506-0898
 
Solicitation Number
W911KB27RA003
 
Response Due
3/11/2026 3:00:00 PM
 
Archive Date
03/26/2026
 
Point of Contact
Jason Linn, Phone: 9077532528, Michelle Nelsen, Phone: 9077532527
 
E-Mail Address
jason.linn@usace.army.mil, michelle.nelsen@usace.army.mil
(jason.linn@usace.army.mil, michelle.nelsen@usace.army.mil)
 
Description
EIE466 ADAL JPARC Range Operations Center, Eielson Air Force Base, Alaska THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. The U.S. Army Engineer District, Alaska, is conducting market research to facilitate a determination of the acquisition strategy for an FY27 Design-Bid-Build Construction Project. The determination of the acquisition strategy for this project lies solely with the government and will be based on this market research and information available from other sources. The U.S. Army Corps of Engineers, Alaska District, is conducting this market research to identify businesses capable of performing the following work: The selected contractor must have sufficient staff, flexibility, and capability to be available on an as-needed basis. The contractor will be responsible for constructing a new facility across Flight Line Avenue from Building 1151 in support of the Alaska Red Flag mission, including all air operations for major combat training in a joint, multinational, multi-domain, and unconventional environment against 21st-century near-peer competitors. The facility will include administrative space, building support space, and secure workspace for mission-critical activities. The facility shall be a multi-story structure with a non-frost-susceptible foundation system. Work includes, but is not limited to, the construction of a facility with a conventional shallow concrete foundation system, steel structure and framing, and seismic design with special concentrically braced frames. The building exterior will feature Eielson Air Force Base Installation Facility Standards-compliant metal siding panels and a compatible membrane low-slope roof system. Standing seam metal roofing shall be used where visible from the ground. The facility will be air-conditioned and supported by base-wide district utilities for steam, water/sewer, and electricity. Soils remediation is required to mitigate, transport, and dispose of hazardous soils off-site. Infrastructure and facility design should be compatible with applicable Department of Defense, Air Force, and base design standards. Work will include all subgrade and subbase work, drainage, foundation, and facility assembly. Additionally, local materials and construction techniques should be used where cost-effective. The facility will be designed as permanent construction in accordance with the Department of Defense Unified Facilities Criteria 1-200-01. The estimated dollar magnitude of this project is anticipated to be between $50,000,000 and $100,000,000. The performance period will be approximately 1,444 calendar days. THIS IS A SOURCES SOUGHT NOTICE AND NOT A REQUEST FOR PROPOSAL. The applicable North American Industry Classification System (NAICS) code is 236210. The small business size standard for this NAICS Code is $45 million. THIS IS A SOURCES SOUGHT FOR QUALIFIED PRIME CONTRACTOR FIRMS ONLY. All interested firms are encouraged to respond to this announcement no later than 11 March 2026, 2:00 PM AKST, by submitting all requested documentation listed below via email to Jason.Linn@usace.army.mil. Interested firms should submit a capabilities package (not exceeding 5 pages) demonstrating their ability to perform the work listed above. Packages should include the following information: Business name, address, CAGE Code or UEI number, and business size under NAICS 236210. If a small business, identify the small business type (HUBZone, SDVOSB, 8(a), Woman-Owned Small Business, etc.). Demonstration of the firm's experience as a prime contractor on projects of similar size, type, and complexity within the past five (5) years. List actual projects completed, including the project title and location, a brief description of the project, and the dollar amount, as well as work that was self-performed. Provide the firm�s single project and aggregate bonding capacity, along with information on the organizational and financial resources available to perform the required work. Provide information on any teaming arrangements that may be formed for the performance of this project. Indicate the firm�s intent to submit a proposal on the subject acquisition when advertised. Responsible sources demonstrating relevant experience and capabilities to perform the work will be considered qualified for purposes of determining the Government�s acquisition strategy. The System for Award Management (SAM), as required by FAR 4.1102 and 4.1201, will apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at https://sam.gov/SAM/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/809e56428eb9422592a28f2316538f03/view)
 
Place of Performance
Address: Eielson AFB, AK, USA
Country: USA
 
Record
SN07727424-F 20260227/260225230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.