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 construction of a Prefabricated Build Fort Wainwright M320 Range ROCA Tower and a General Instruction Building (GIB) at Fort Wainwright, Alaska. This requirement is a 100% Small Business Set-Aside. Proposals are due by April 8, 2026, at 1:00 PM AST.
Scope of Work
This combined synopsis/solicitation seeks proposals for 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. Both structures must be engineered for the sub-arctic climate of Fort Wainwright, addressing challenges such as permafrost, heavy snow loads, and extreme temperature fluctuations. Offerors may propose either prefabricated or site-built structures.
Key requirements for the ROC Tower include a structural steel frame with insulated metal sandwich panels rated for -50 degrees F, ASHRAE 90.1 compliant building envelope, triple-pane windows, electric heating/AC, cold-weather listed electrical components, and lightning protection. The GIB requires a reinforced insulated monolithic slab-on-grade foundation, ASHRAE 90.1 compliant envelope, triple-pane windows, electric heating/AC, 100-amp service, and a Monaco Fire Alarm system.
Optional items include the demolition and offsite disposal of existing wooden ROC tower and GIB, and electrical connection to a nearby Ammo Breakdown Building. The period of performance is 365 calendar days from Task Order award.
Contract Details
- Contract Type: Combined Synopsis/Solicitation for commercial items (Firm Fixed Price anticipated).
- Set-Aside: 100% Small Business Set-Aside.
- NAICS Code: 236220 (Commercial and Institutional Building Construction).
- Size Standard: $41,000,000.00.
- Funding: Funds are not presently available for this acquisition; award is contingent upon appropriated funds.
- Labor Standards: Service Contract Labor Standards apply.
Submission & Evaluation
Offerors must submit complete and detailed technical specifications, including drawings and specifications, to demonstrate understanding and ensure technical acceptability. Incomplete submissions may be deemed technically unacceptable. Proposals should include estimated delivery dates, SAM Unique ID Number, CAGE Code, and Tax Identification number. Past performance information, including 2-3 recent and relevant projects ($1M-$5M), is required.
Evaluation will be based on Price, Technical, and Past Performance, with Technical and Past Performance combined being equal to Price. The technical evaluation will assess the proposed design approach and building configuration. The page limit for proposals has been removed.
Important Notes
- Offer Due Date: April 8, 2026, at 1:00 PM AST.
- Submission Method: Offers must be submitted via email only to Richard.f.smith3.civ@army.mil or Jefferey.a.morgan.civ@army.mil.
- Questions Due Date: March 17, 2026, 5:00 PM AST (passed).
- Site Visit: March 10, 2026, 1:00 PM AST (passed).
- SAM Registration: Contractors must be registered in the System for Award Management (SAM) at the time of quote submission.
- Contact: Richard Smith (richard.f.smith3.civ@army.mil) or Jeffrey Morgan (jeffrey.a.morgan69.civ@mail.mil).