JBE088 JOINT INTEGRATED TEST AND TRAINING CENTER
ID: W911KB25R0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SN ENDIST ALASKAANCHORAGE, AK, 99506-0898, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF ELECTRONIC AND COMMUNICATIONS FACILITIES (Y1BG)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of the Joint Integrated Test and Training Center (JITTC) at Joint Base Elmendorf-Richardson (JBER), Alaska. The project aims to develop a substantial 149,913 gross square-foot facility that will encompass various simulation and operational spaces, utilities, and site improvements, with an estimated contract value ranging from $250 million to $500 million. This initiative is critical for enhancing the Army's operational capabilities and aligns with sustainable construction practices, emphasizing small business participation and compliance with federal regulations. Interested contractors should contact Tammy Davis at tammy.davis@usace.army.mil or Michelle Mandel at MICHELLE.R.MANDEL@USACE.ARMY.MIL, and note that proposals are due by February 18, 2025, at 2:00 PM Alaska Time.

    Files
    Title
    Posted
    This document includes several Justifications and Approvals (J&As) for Other than Full and Open Competition issued by the U.S. Army Engineer District, Alaska, pertaining to various sole source items required for construction at Joint Base Elmendorf-Richardson (JBER), Alaska. Each J&A underscores the necessity of brand name specifications for essential components, including Schweitzer Engineering Laboratories relays for a new substation, Automated Logic Controls for building systems, and Knox Boxes for emergency access. These specifications are justified based on the need for compatibility with existing systems, the absence of alternative providers with the requisite expertise, and the avoidance of operational inefficiencies and increased costs. Market research was conducted to identify any potential suppliers; however, in each case, research revealed no other products that met the government’s stringent requirements. The J&As conclude with certifications from responsible parties asserting the validity of the information and affirming that the anticipated costs will be fair and reasonable based on overall competitive efforts for construction contracts. These documents highlight the federal government's commitment to sourcing compatible and effective technology for military operations while complying with procurement regulations.
    The U.S. Army Corps of Engineers (USACE) seeks approval for a Class Justification and Approval (J&A) to utilize brand name Heating, Ventilation, and Air Conditioning (HVAC) equipment in construction and renovation projects for the Air Force from FY 2023 through 2027. The total estimated value for these projects is expected to reach $145 million, covering various facilities, including hangars and barracks, both domestically and internationally. This J&A is based on the Air Force's standardization initiative, aimed at achieving operational efficiencies and cost reductions through the required use of specific brands. The justification cites that the HVAC equipment is available only from designated manufacturers, making full and open competition impractical. Moreover, market research shows existing competition among authorized suppliers for the specified products. The document outlines the efforts made to obtain competition, indicating that solicitations for construction projects will promote competitive bidding to the extent possible, despite the brand name stipulations. If this J&A is not approved, it risks undermining the Air Force's cost-saving goals and standardized operations for HVAC systems. This request aligns with the broader context of government procurement practices, ensuring taxpayer funds are utilized efficiently while adhering to regulatory requirements.
    The document is an amendment to the solicitation for the JBE088 Joint Integrated Test and Training Center project at JBER, Alaska. This amendment outlines key changes, primarily the extension of the proposal due date from February 3, 2025, to February 18, 2025, at 2:00 PM Alaska Time. Contractors are required to acknowledge receipt of this amendment using Standard Form 1442. While other terms and conditions remain unchanged, the document emphasizes the importance of acknowledging the amendment to avoid the rejection of offers. The U.S. Army Engineer District in Alaska issued this modification, indicating administrative changes but retaining the original context of the solicitation. The amendment exemplifies the procedural elements of federal procurement processes, highlighting the need for clarity and adherence to deadlines within government contracting activities.
    This document is an amendment to a solicitation for the Joint Integrated Test and Training Center project at JBER, Alaska. The amendment outlines changes to the solicitation while maintaining that all other terms remain unchanged. It confirms that the proposal due date has not been extended and requires acknowledgment of the amendment on the Standard Form 1442. The primary changes involve revisions to specific sections of the solicitation documents, including updates to existing paragraphs and FAR clauses, while indicating no new drawings or sections have been added. A site visit is scheduled for January 17, 2025, for interested offerors, and details for access requirements are provided. The document stresses the importance of safeguarding Controlled Unclassified Information (CUI) and informs potential contractors to submit questions regarding the documents through a specified process. The aim is to ensure clarity regarding the procurement process and facilitate compliance with federal contracting regulations, highlighting the significance of safeguarding protocol and accessibility for prospective contractors in this federal RFP context.
    This document is an amendment to a solicitation related to the Joint Integrated Test and Training Center located at Joint Base Elmendorf-Richardson (JBER), Alaska. The amendment outlines changes to the solicitation, effective January 7, 2025, while retaining all other terms of the original solicitation. Key updates include a revision of the preproposal conference location and confirmation that the proposal due date remains unchanged. Additionally, an organized site visit is scheduled for January 17, 2025, where offerors will meet at a specific venue for access to confidential specifications and drawings. Interested participants need to submit personal information for security clearance by January 6, 2025, to ensure access to the military installation. The amendment includes provisions for protest submissions regarding the solicitation, requiring acknowledgment of receipt by the contracting officer. This document serves to clarify procedural details for contractors involved in this federal procurement, ensuring compliance with regulations and proper communication within the proposal process.
    The Request for Proposal (RFP) by the U.S. Army Corps of Engineers outlines the construction of the Joint Integrated Test and Training Center (JITTC) at Joint Base Elmendorf Richardson, Alaska. The primary objective is to develop a 149,913 gross square-foot facility that includes various simulation and operational spaces, utilities, and site improvements. The contract's estimated cost ranges from $250 million to $500 million and may be incrementally funded. The RFP details base and optional items, including facility construction, site work, utility connections, and management of contaminated soil, with specific proposal submission criteria and evaluation processes. Government security requirements and small business participation goals are emphasized. Proposals must adhere to specified formats and substantiation requirements, including partnership agreements and compliance strategies for labor agreements. A site visit is scheduled to facilitate understanding of project requirements. Additionally, the document establishes guidelines for ensuring equal employment opportunities and compliance with various regulations, including the Buy American Act. This RFP represents a significant infrastructure development initiative reinforcing the Army's operational capabilities and commitment to sustainable construction practices.
    Similar Opportunities
    Building Access and Surveillance System Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the maintenance of building access and surveillance systems at Joint Base Elmendorf Richardson (JBER) in Alaska. The contractor will be responsible for providing all necessary labor, materials, and equipment to inspect and repair these systems, which include preventive maintenance, annual inspections, software updates, and accurate inventory management. This maintenance contract is crucial for ensuring the uninterrupted operation of essential security systems at JBER facilities, emphasizing accountability and timely communication. Interested parties can contact Joseph Ford at joseph.ford.21@us.af.mil or 907-552-8203, or Mr. Daniel Swoyer at daniel.swoyer.1@us.af.mil or 907-552-5587 for further details.
    FTG257 Missile Field 2 Power Redundancy, Fort Greely, Alaska
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the FTG257 Missile Field 2 Power Redundancy project located at Fort Greely, Alaska. This procurement is focused on the construction of power and communication line structures, which are critical for enhancing the operational capabilities of missile system facilities. The project is categorized under an 8(a) set-aside, indicating a preference for small businesses in the procurement process, and is governed by the NAICS code 237130. Interested parties can reach out to Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil for further details. The opportunity is currently in the sources sought phase, and no specific funding amount or deadline has been provided at this time.
    FTW463 Repair and Maintain Building 4062
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the repair and maintenance of Building 4062 located in Alaska. This opportunity is part of a Sources Sought notice aimed at identifying potential vendors capable of fulfilling the requirements for this project. The maintenance and repair services are crucial for ensuring the operational readiness and safety of the facility. Interested parties can reach out to Ronald K. Jackson at Ronald.K.Jackson@usace.army.mil or by phone at 907-753-5596 for further information, while Mark Corn is available at mark.r.corn@usace.army.mil or 907-753-2817 as a secondary contact.
    P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the construction of the P909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story, Virginia. This project involves the design and construction of a facility spanning approximately 60,000 square feet, which includes the demolition of existing structures and aims to enhance operational capabilities for Navy personnel. The facility will incorporate various specialized spaces, including maintenance rooms, storage areas, and administrative offices, all designed to meet stringent federal construction standards and operational requirements. Interested contractors must submit their proposals electronically by January 31, 2025, with a project budget estimated between $25 million and $100 million. For further inquiries, potential bidders can contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or by phone at 757-341-1973.
    FY25 MAFB Construct Fire Station Bay Area
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking capable businesses for the construction of a Fire Station Bay Storage Area at Malmstrom Air Force Base in Montana. This project, estimated to cost between $5 million and $10 million, involves the construction of a facility approximately 20,000 square feet in size, designed to accommodate emergency services equipment and trailers, including features such as parking stalls, a foam storage room, restroom facilities, and utility spaces. The procurement is critical for enhancing emergency response capabilities in remote climates, and interested firms must demonstrate relevant experience and comply with military design standards. Responses to the Sources Sought Notice are due by February 26, 2025, and interested parties should contact Michael Saldana at michael.e.saldana@usace.army.mil or Cassandra Gonzalez at cassandra.p.gonzalez@usace.army.mil for further details.
    DESIGN-BUILD - EARECKSON ROOFS REPLACEMENT, EARECKSON AIR STATION, ALASKA (EAR081)
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the design-build project focused on the replacement of roofs at Eareckson Air Station in Alaska. This procurement aims to address the structural integrity and functionality of the roofs, ensuring they meet current standards and requirements for commercial and institutional building construction. The successful contractor will play a crucial role in enhancing the operational capabilities of the air station, which is vital for defense operations in the region. Interested parties can reach out to Katherine Green at katherine.green@usace.army.mil or call 907-753-5724 for further details regarding this sources sought notice.
    FTQW 20-0504 - CHpp Phase C
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the FTQW 20-0504 - CHpp Phase C project at Eielson Air Force Base in Alaska. This procurement involves the repair and replacement of electrical panels, circuits, and lighting fixtures at the Central Heating and Power Plant, emphasizing minimal disruption to ongoing operations and strict adherence to safety and environmental regulations. The project is critical for upgrading military infrastructure and ensuring operational continuity while managing hazardous materials responsibly. Interested parties should contact Christopher Blackburn at 907-377-7343 or via email at 354CONS.PKA.MonitorConstruction@us.af.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    F-35 CONSTRUCT COMBINED WEAPONS FACILITY
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the construction of the F-35 Combined Weapons Facility at the Jacksonville Air National Guard Base in Florida. This project, designated under solicitation number W50S6Y25BA004, is set aside for small businesses and has an estimated contract value between $10 million and $25 million, focusing on site preparation, utility extensions, and facility construction in compliance with federal regulations. The initiative is crucial for enhancing military capabilities and modernizing defense infrastructure, with responses due by 10:00 AM on March 20, 2025. Interested contractors can reach out to TSgt Frederick Cherry at frederick.cherry.1@us.af.mil or call 904-741-7405 for further information.
    FY24 MCON P-614 JOINT CONSOLIDATED COMMUNICATIONS CENTER, US JOINT REGION MARIANAS, ANDERSEN, GUAM
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC), is soliciting proposals for the construction of the Joint Consolidated Communications Center at Andersen Air Force Base in Guam, under the FY24 Military Construction budget. The project, estimated to cost between $100 million and $250 million, requires comprehensive documentation from bidders, including financial statements and evidence of performance capabilities, to ensure compliance with federal regulations. This initiative is crucial for enhancing military communications infrastructure and operational efficiency. Interested contractors must submit their proposals by May 14, 2025, and can direct inquiries to primary contact Merbby Corpuz at merbbyjoyce.n.corpuz.civ@us.navy.mil or by phone at 808-474-4550.
    Conversion of Building to Secure Space, Okinawa, Japan
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking contractors for the conversion of a building into secure space in Okinawa, Japan. This project involves the transformation of approximately 6,116 square feet of a single-level building to meet secure space specifications, including construction, demolition, and environmental remediation work. The contract is crucial for ensuring the facility meets national security standards and will be awarded through a Request for Proposal (RFP) process, with an estimated project value between $5 million and $10 million. Interested contractors must possess a valid U.S. Facility Clearance Level (FCL) of Secret and submit their requests for solicitation documents by 5:00 PM, November 1, 2024, to the designated contacts, Jack Letscher and Norman Roldan.