Opportunity

SAM #W911KB26RA039

Design-Build Life Safety Repairs at Fort Wainwright, Alaska

Buyer

W2SN ENDIST Alaska

Posted

April 28, 2026

Respond By

May 19, 2026

Identifier

W911KB26RA039

NAICS

238190, 238210, 238220, 236220

This opportunity involves critical life safety repairs and upgrades at Fort Wainwright, Alaska, managed by the U.S. Army Corps of Engineers, Alaska District. - Government Buyer: - U.S. Army Corps of Engineers, Alaska District (ENDIST ALASKA) - Products/Services Requested: - Design-build services for life safety repairs at Hangar 1 - Installation of electrical power (two 120/208v, 200 amp, 60Hz, three phase, 4 wire plus ground services) - Requires MS980555C52412S or MS90555C52143S receptacles - Power support for Black Hawk Aircrew Trainer (BAT) and Transportable Flight Procedure Simulator (TFPS), including their ECU units - Integration of simulators with fire alarm system - Conversion of bay areas to wet pipe sprinkler system - Correction of egress deficiencies and installation of code-required egress/emergency lighting - Installation of expanded metal mesh in prefab arms vault to meet AR190-11 Tab G - Unique/Notable Requirements: - Work must comply with historical building regulations and requires coordination with the State Historic Preservation Office (SHPO) - Construction cost limitation is $21,000,000 - Period of performance is approximately 600 calendar days - No specific OEMs or vendors are named, but electrical receptacle part numbers are specified - Place of performance is Fort Wainwright, Alaska, with contracting office in Anchorage, Alaska

Description

TITLE:  FTW506 Life Safety Repairs Fort Wainwright, Alaska

Total Small Business Set Aside

PSC Code:  Y1BZ - CONSTRUCTION OF OTHER AIRFIELD STRUCTURES

NAICS Code:  238210 – Electrical Contractors and Other Wiring Installation Contractors

Solicitation Number:  W911KB26RA039

Description:

This is a pre-solicitation notice for a total small business set aside design build Request for Proposal (RFP) to install power on the southeast of Hangar 1 to accommodate the Black Hawk Aircrew Trainer (BAT) and the Transportable Flight Procedure Simulator (TFPS) including the ECU units for each device. Electrical requirements for each device are: two 120/208v, 200 amp, 60Hz, three phase, 4 wire plus ground services with MS980555C52412S or MS90555C52143S receptacles. The project will connect Simulators to the Fire Alarm System, converting bay areas to a wet pipe sprinkler system, and correct egress deficiencies and other life safety repairs needed to ensure life safety including code required egress/emergency lighting and the like. Finally, the project will also install expanded metal mesh in a prefab arms vault that was installed in the structural repair project (FTW433) to be in compliance with AR190-11 Tab G to be used as an Arms Room. Updates to the existing fire system to meet current building codes may be required. This building has been identified as a historical building. Coordination with the SHPO will be required to ensure project will not violate any laws or regulations. The construction cost limitation for this requirement is $21,000,000. The performance period will be approximately 600 calendar days. The procurement will be conducted using source selection procedures and the award will be based on lowest price technically acceptable 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.

Anticipated NTP: 5 November 2026 with a 600 calendar-day period of performance; the Davis Bacon Act will apply.

(1) PROJECT INFORMATION: The project will connect Simulators to the Fire Alarm System, converting bay areas to a wet pipe sprinkler system, and correct egress deficiencies and other life safety repairs needed to ensure life safety including code required egress/emergency lighting and the like.

(2) SELECTION CRITERIA: Evaluation criteria to be listed in the solicitation are anticipated to be:

Phase 1:

            Factor 1 – Past Performance (Confidence Assessment)

            Factor 2 – Technical Approach

Phase 2:

            Factor 1 – Design and Construction Approach

            Factor 2 – Proposed Contract Duration and Summary Schedule

            Factor 3 – 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 18 May 2026 at the PIEE Solicitation Module website at https://piee.eb.mil/sol/xhtml/unauth/index.xhtml via Solicitation number (W911KB26RA039). 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 W911KB26RA039. 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 FOUD AT https//pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml

View original listing