- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
AK ANG Base Supply Complex, JBER, ALASKA
Federal opportunity from DEPT OF DEFENSE. Place of performance: AK. Response deadline: Mar 11, 2026.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
Description
Presolicitation NoticeTITLE: Alaska Air National Guard Supply Complex, JBER, ALASKA (JBE079)Small Business Set-AsidePSC Code: Y1GZ - CONSTRUCTION OF OTHER WAREHOUSE BUILDINGSNAICS Code: 236220 – Commercial and Institutional Building ConstructionSolicitation Number: W911KB26RA01610 April 2026 for Phase 1 ProposalsDescription:This is a pre-solicitation notice for a two-phase, Small Business Set Aside Request for Proposal (RFP) for a Design-Build project for a new Alaska Air National Guard Base Supply Warehouse (approx. 59,815 SF) on the Elmendorf side of JBER, Alaska. The supply warehouse will be designed and constructed to support administrative, logistical, and operational requirements of the AKARNG. Design and construction will include all utility services, systems, site improvements, drainage, parking areas to support the facility. Integral part of the facility will be a high-bay supply warehouse area. The Base Supply Warehouse will have, but is not limited to, a loading dock, traffic management office (TMO), classified storage vault, weapons vault, training room, secure room, restrooms with shows and lockers, janitor closet, and admin/office spaces, LGRM, electrical room, tele-comm room, fire pump room, Boeing storage room, secure outdoor yard, covered outdoor stairs, and elevator. The second floor of the Base Supply Warehouse will have a mechanical mezzanine, admin/command offices, Boeing workstations, circulation, restrooms, lactation room, janitor closet, tele-com room, and an electrical room.The contract cost limitation for contract award is approximately $40,000,000. The resulting contract will be firm-fixed priced. The procurement will be conducted using two-phase source selection procedures and the award will be based on best value tradeoff source selection procedures, considering the price and non-price factors cited in this announcement and the solicitation. All Offerors must be registered in the System for Award Management (SAM) ( https://www.sam.gov/SAM/). Joint ventures must be registered in SAM as the joint venture. Offerors are advised to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. Lack of registration in the SAM database will make an Offeror ineligible for award.A completed and signed Project Labor Agreement will be required with submission of the proposal – offerors must comply with FAR 52.222-33. Anticipated NTP: 30 September 2026 with a 1095 calendar-day period of performance; the Davis Bacon Act will apply.(1) PROJECT INFORMATION: ALASKA AIR NATIONAL GUARD BASE SUPPLY WAREHOUSE (approx. 59,815 SF) on the Elmendorf side on Joint Base Elemdorf Richardson, Alaska. The supply warehouse will be designed and constructed to support administrative, logistical, and operational requirements of the AKARNG(2) SELECTION CRITERIA: Evaluation criteria to be listed in the solicitation are anticipated to be:Phase 1: Proposal and Related FactorsFactor 1 – Past Performance (Confidence Assessment)Factor 2 – Technical ApproachPhase 2: Design TechnicalFactor 1 – Building Function and AestheticsFactor 2 – Quality of Building Systems and MaterialsFactor 3 – Site DesignFactor 4 – Proposed Contract Duration and Summary ScheduleFactor 5 – Extent of Participation of Small BusinessFactor 6 – Price(3) OBTAINING THE SOLICITATION: The solicitation for this project will be provided in electronic format only and is currently scheduled to be available for download on or about 11 March 2026 at the PIEE Solicitation Module website at https://piee.eb.mil/sol/xhtml/unauth/index.xhtml via Solicitation number (W911KB26RA016). Any future amendments to the solicitation will also be available for download from this website. All responsible sources may submit an offer which will be considered by the agency. All notifications of changes to this solicitation shall be made through the internet only. It is the Offeror’s responsibility to check for any posted changes to this solicitation.NOTE: Electronic proposal submissions will only be accepted via the PIEE Solicitation Module website at: https://piee.eb.mil/sol/xhtml/unauth/index.xhtml. Search via Solicitation Number Search W911KB26RA016. IN ORDER TO SUBMIT A PROPOSAL, VENDORS MUST REGISTER IN THE PIEE SYSTEM AND MUST HAVE A PROPOSAL MANAGER ROLE ESTABLISHED. ADDITIONAL INFORMATION REGARDING PROPOSAL MANAGER, PROPOSAL MANAGER FUNCTIONS AND POSTING OFFERS CAN BE FOUND AT https//pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.