- 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
EIE466 ADAL JPARC Range Operations Center, Eielson Air Force Base, Alaska
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: AK. Response deadline: Mar 11, 2026. Industry: NAICS 236210 • PSC Y1AZ.
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
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 236210
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/.
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.