Skip to content
← Back to blog

Solicitation Spotlight: Fort Wainwright Unaccompanied Enlisted Personnel Housing (Design-Build MILCON)

Feb 10, 2026Avery CollinsProposal Research Analyst4 min readsolicitation spotlight
design-buildMILCONUSACEAlaskabarracksconstructionfederal-contracting
Opportunity snapshot
FTW501 UNACCOMPANIED ENLISTED PERSONNEL HOUSING FORT WAINWRIGHT, ALASKA
DEPT OF DEFENSEDEPT OF THE ARMYNAICS: 236220PSC: Y1FC
Posted
2026-02-09
Due
2026-02-09T23:00:00+00:00

Executive takeaway

This is a firm-fixed-price design-build MILCON barracks project at Fort Wainwright, Alaska to house 320 soldiers. The description points to a complete facility delivery (vertical construction plus integrated building systems, life safety, electronic security, and anti-terrorism measures). It is also a rated order under the Defense Priorities and Allocations System (DPAS) and the buyer states funds are not presently available, with award contingent on appropriations and incremental funding anticipated.

What the buyer is trying to do

The buyer (US Army Corps of Engineers, Alaska District) is seeking a design-build contractor to construct unaccompanied enlisted personnel housing—a barracks—at Fort Wainwright, Alaska, sized to accommodate 320 soldiers. Beyond core living spaces, the scope explicitly calls out multiple integrated building and security systems, indicating the government expects a contractor that can deliver a coordinated, code-compliant facility with robust controls and protections.

What work is implied (bullets)

  • Design-build delivery of a MILCON barracks facility for 320 soldiers.
  • Construction of living and sleeping quarters.
  • Bathrooms, storage, laundry rooms, and service areas.
  • A day room on each floor.
  • Two elevators.
  • Building information systems (verify details in attachments).
  • Overhead protection/canopy.
  • Anti-terrorism measures.
  • Fire protection and alarm system.
  • Mass notification system.
  • Intrusion detection system installation.
  • Energy monitoring control systems connection.
  • Execution under a DPAS rated order (C2 DO rated) for national defense, emergency preparedness, and energy program use.
  • Ability to perform under incremental funding; no award until appropriated funds are available.

Who should bid / who should pass (bullets)

  • Bid if you have recent design-build vertical construction experience delivering full facilities with integrated life safety, electronic security, and building controls (e.g., fire alarm/suppression coordination, IDS, mass notification, and energy monitoring connections).
  • Bid if you can manage Alaska logistics and scheduling realities (shipping, labor availability, winter conditions)—and can show credible project controls for a multi-system facility.
  • Bid if you are comfortable with firm-fixed-price risk on a design-build MILCON delivery and can demonstrate strong design coordination and commissioning/testing practices (verify requirements in attachments).
  • Pass if you primarily perform small renovations or single-trade projects and lack experience integrating multiple building systems (elevators, IDS, mass notification, fire protection/alarm, and energy monitoring connections).
  • Pass if you cannot support DPAS-rated performance expectations or the cash-flow implications of incremental funding and award timing tied to appropriations.

Response package checklist (bullets; if unknown say 'verify in attachments')

  • Signed offer package and required representations/certifications (verify in attachments).
  • Design-build technical approach and preliminary design narrative (verify in attachments).
  • Project schedule demonstrating delivery sequencing for structure and systems integration (verify in attachments).
  • Past performance demonstrating design-build vertical construction and integrated systems (verify in attachments).
  • Key personnel and management plan (verify in attachments).
  • Subcontracting/team approach (especially for elevators, fire protection/alarm, IDS, mass notification, and controls integration) (verify in attachments).
  • Price proposal for firm-fixed-price design-build (verify bid schedule format in attachments).
  • Evidence of ability to comply with DPAS rated order obligations (verify in attachments).
  • Acknowledgment of funding constraints and incremental funding approach (as applicable; verify in attachments).

Pricing & strategy notes (how to research pricing; do not invent pricing numbers)

Because this is firm-fixed-price design-build, your pricing strategy should start with disciplined risk identification and a clear basis-of-estimate tied to the stated systems and facility features.

  • Benchmark comparable projects: Use FPDS/SAM historical awards for design-build barracks or enlisted housing, and similar USACE vertical MILCON facilities (focus on projects that include elevators, electronic security, mass notification, and building controls integration).
  • Identify “systems integration” cost drivers: The description explicitly includes intrusion detection, mass notification, fire protection/alarm, and energy monitoring/control systems connections—treat these as coordination-heavy scope elements and ensure testing/acceptance is covered (verify acceptance requirements in attachments).
  • Plan for Alaska execution realities: Validate supplier lead times and freight/shipping assumptions early; Alaska logistics can drive pricing risk on equipment-heavy systems (elevators, controls components, detection systems).
  • Account for funding posture: The buyer states funds are not presently available and the contract will be incrementally funded. Ensure internal approvals align with potential timing uncertainty and cash-flow planning.

Subcontracting / teaming ideas (bullets)

  • Design-build teaming with an A/E partner experienced in military housing and integrated building systems (verify discipline requirements in attachments).
  • Specialty subcontractors for elevators (two elevators are explicitly required).
  • Fire protection and fire alarm specialists to cover design coordination, installation, and testing.
  • Low-voltage/security integrator for intrusion detection and mass notification systems.
  • Controls contractor capable of supporting energy monitoring control systems connection and any required interface with site/building systems (verify integration points in attachments).
  • Local/regional Alaska construction partners for labor/logistics support if you are not already established in-state.

Risks & watch-outs (bullets)

  • Funding risk: The notice states funds are not presently available; no award until appropriations are available, and the contract will be incrementally funded.
  • DPAS rated order obligations: This is identified as a C2 DO rated order; confirm your ability to prioritize and comply with rated order requirements.
  • Design-build FFP risk: Ensure the design assumptions, system integration responsibilities, and testing scope are fully understood (verify in attachments).
  • Systems coordination complexity: Multiple systems are called out (fire protection/alarm, mass notification, IDS, energy monitoring connections, elevators). Gaps between trades are a common cost/schedule failure point.
  • Alaska logistics and schedule exposure: Validate long-lead procurement paths and shipping windows for equipment-heavy scopes.

Related opportunities

How to act on this

  1. Open the BidPulsar notice and pull all attachments; build a compliance matrix (many details are “verify in attachments”).
  2. Decide whether you’re bidding prime or as a design-build teammate; lock in elevator, fire protection/alarm, and security/mass notification partners early.
  3. Validate DPAS-rated order readiness and internal cash-flow tolerance given the incremental funding approach and appropriations dependency.
  4. Develop a basis-of-estimate that explicitly covers integration, testing, and acceptance for the listed systems.

If you want a second set of eyes on win themes, compliance, and the response architecture, bring this opportunity to Federal Bid Partners LLC for proposal support aligned to the solicitation package.

Related posts