ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Prefabricated Build Fort Wainwright M320 Range ROCA Tower

DEPT OF DEFENSE W912DO26QA002
Response Deadline
Apr 8, 2026
5 days left
Days Remaining
5
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of the Army, through the Fort Wainwright contracting office, is seeking a small-business set-aside construction quote for a prefabricated range tower building at Fort Wainwright, Alaska. The work includes furnishing all labor, materials, equipment, and supervision to build the range tower and related facilities, with the scope in the statement of work covering engineered construction for sub-arctic conditions, including foundations, structural work, building envelope, mechanical and electrical systems, lightning protection, and related deliverables. The project is tied to Fort Wainwright’s Climate Zone 8 conditions and emphasizes complete technical submissions, with evaluation focused on technical acceptability, past performance, and price; recent guidance also clarifies that conceptual layout drawings are sufficient for the technical proposal and design calculations are only required after award. Offers are due by April 8, 2026 at 1:00 PM AST, with quotes submitted by email to the listed Army contacts, and a site visit is scheduled for March 10, 2026 at 1:00 PM AST.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Z2AA
REPAIR OR ALTERATION OF OFFICE BUILDINGS

Solicitation Documents

16 Files
Questions and Answers Part 1.xlsx
Excel17 KBMar 20, 2026
AI Summary
The document addresses questions and answers related to a federal government solicitation for a Prefabricated Fire Training Tower and General Instruction Building at Fort Wainwright. Key updates include the removal of the 20-page limit for proposals, clarification that conceptual layout drawings are sufficient for technical proposals, and confirmation that design calculations are only required after award. The solicitation emphasizes technical acceptability and past performance, which, combined, are equal to price in evaluation. Offerors must provide detailed technical data, including drawings, and recent past performance information. The government also clarified that both prefabricated and site-built structural systems are acceptable, provided they meet performance requirements. Additionally, the proposal submission deadline has been extended to April 8, 2026, and a self-assessment for CMMC compliance will suffice.
Attachment 3 - Wage Determination AK20260001 (01-02-2026).pdf
PDF50 KBMar 20, 2026
AI Summary
General Decision Number: AK20260001, effective January 2, 2026, supersedes AK20250001 and outlines prevailing wage rates and fringe benefits for building and heavy construction projects across Alaska. This document excludes residential construction of single-family homes and apartments up to four stories. It details wage rates for various crafts, including Asbestos Workers, Boilermakers, Bricklayers, Carpenters, Electricians, Elevator Mechanics, Power Equipment Operators, Ironworkers, Laborers (divided by parallel and longitude), Painters, Glaziers, Floor Layers, Plasterers, Cement Masons, Plumbers, Sprinkler Fitters, Roofers, Sheet Metal Workers, and Truck Drivers. Specific classifications within each craft are provided, along with their respective rates and fringe benefits. The document also includes premium pay details for divers based on depth and enclosure, and for power equipment operators and laborers performing tunnel or underground work. Welders receive the rate of the craft performing the incidental operation. The file also references Executive Orders 13706 and 13658 regarding paid sick leave and minimum wage for federal contractors, respectively. It explains identifiers for union, weighted union average, and survey rates, and provides an appeals process for wage determination matters through the WHD Branch of Wage Surveys, Branch of Construction Wage Determinations, the Wage and Hour Administrator, and the Administrative Review Board.
Admended Solicitation -W912D026QA002.pdf
PDF1288 KBMar 20, 2026
AI Summary
This government solicitation, W912D026QA002, is for the construction of the FWA M320 Range Operations Control Area (ROCA) and Range Tower/Buildings at Fort Wainwright, Alaska, with a total award amount of $41,500,000.00. The solicitation is a Request for Quote (RFQ) and is set aside for Women-Owned Small Businesses (WOSB). Key requirements include providing all necessary labor, materials, equipment, and supervision in accordance with the attached Statement of Work and specifications. The document outlines detailed terms and conditions, including FAR and DFARS clauses for commercial products and services, payment instructions via Wide Area WorkFlow (WAWF), and specific instructions for offerors regarding technical data, price breakdowns, and past performance information. The evaluation will be based on price and past performance. The delivery date for the job is April 29, 2026. Attachments include the Statement of Work, drawings, wage determinations, and environmental and construction standards.
Admended COMBINED SYNOPSIS.pdf
PDF167 KBMar 20, 2026
AI Summary
This combined synopsis/solicitation, W912D026QA002, is a 100% Small Business set-aside for the procurement of one Prefabricated FWA Range Tower Building, to be delivered to Fort Wainwright, Alaska. The NAICS code is 236220 with a $41,000,000 size standard. Offers must include complete technical specifications, estimated delivery date, SAM Unique ID Number, CAGE Code, and Tax Identification number. Funds are available, but no award will be made until appropriated funds are released. Offerors must be registered in SAM and submit the signed SF 1449. Questions are due by May 17, 2026, at 5:00 PM AST, and a site visit is scheduled for March 10, 2026, at 1:00 PM AST. Offers are due by April 8, 2026, at 1:00 PM AST and must be submitted via email to Richard.f.smith3.civ@army.mil or Jefferey.a.morgan.civ@army.mil. Late offers will not be considered.
Attachment 6 - General Instruction Building Complete Set Example.pdf
PDF1690 KBMar 20, 2026
AI Summary
This document specifies a range of 40, likely indicating a numerical parameter or a specific quantity within a government-related file. Given the context of federal government RFPs, federal grants, and state/local RFPs, this range could refer to a variety of elements, such as the number of items, units, duration in a specific metric, or a scoring criterion. Without additional details, the exact purpose of
Attachment - 7 Foundation Construction in Climate Zone 8.pdf
PDF75 KBMar 20, 2026
AI Summary
Constructing foundations in Climate Zone 8, primarily subarctic Alaska, demands strict adherence to specialized building codes and practices due to extreme cold, frost heave, and permafrost thaw. Local building authorities, like the Fairbanks North Star Borough, dictate specific requirements beyond the International Residential Code (IRC), often mandating site-specific engineered designs. Conventional foundations in non-permafrost areas require enhanced insulation and moisture control, following standards like the Alaska Residential Building Energy Efficiency Standard (ARBEES) and ASCE 32 for frost-protected shallow foundations. In permafrost regions, specialized solutions like thermopiles or adjustable post-on-pad foundations are essential to prevent ground thaw. All concrete work must comply with ACI 306, including specific mix designs and protection during curing in cold weather. Additionally, radon control systems per IRC Appendix F are crucial. This comprehensive approach, integrating various standards and expert guidance, is vital for durable, energy-efficient, and safe construction in this challenging climate.
Attachment - 9 Lightning Protection Standards for DoD Range Towers and Buildings.pdf
PDF52 KBMar 20, 2026
AI Summary
The document outlines a comprehensive plan for establishing lightning protection standards for DoD Range Towers and Buildings. It details a six-step approach, starting with identifying primary DoD standards like Unified Facilities Criteria (UFC) and Military Standards (MIL-STD). The plan then focuses on key civilian and industry standards such as NFPA 780, UL 96A, and IEEE standards, which are foundational for lightning protection. It emphasizes analyzing specific, stringent requirements for mission-critical and high-risk structures, including different Lightning Protection Levels (LPLs) and protection for explosives. The document also delves into critical aspects of bonding, grounding, and surge protection, covering equipotential bonding, grounding electrode systems, and Surge Protective Devices (SPDs). Finally, it highlights the importance of outlining inspection, testing, and maintenance protocols to ensure system effectiveness and compiles a comprehensive list of all referenced codes and documents.
Attachment - 10 Structural Construction Standards for Alaska.pdf
PDF63 KBMar 20, 2026
AI Summary
Structural construction in Alaska's Climate Zone 8 is governed by international codes, state, and local amendments, with ASCE 7 dictating structural loads. Challenges include heavy snow (60-160 psf), high seismic activity (Category D), and high winds (90-175 mph). Seismic design emphasizes nonstructural components per ASCE 7 Chapter 13, using a Component Importance Factor (Ip) of 1.5 for life-safety systems. Wood-frame construction requires engineered designs, continuous load paths, and robust shear walls. Steel construction prioritizes preventing brittle fracture through material selection (e.g., ASTM A333), Charpy V-Notch testing, and AISC 341 compliance. Concrete design adheres to ACI 301, 306, and 318, requiring durable mixes with air entrainment and strict cold-weather protection. Foundation design in permafrost areas is critical, necessitating geotechnical investigations and solutions like pile, post-on-pad, or thermosyphon foundations. Building envelopes must meet Alaska Building Energy Efficiency Standard (BEES) requirements. Site-specific investigations and local consultations are crucial due to variable conditions.
Attachment - 8 Electrical Construction Standards for Climate Zone 8.pdf
PDF41 KBMar 20, 2026
AI Summary
The document outlines electrical construction standards for Climate Zone 8, characterized by hot and humid conditions. It emphasizes adherence to the National Electrical Code (NEC) NFPA 70, alongside state and local amendments. Key areas of focus include analyzing environmental impacts on electrical systems, such as temperature and ampacity corrections (NEC Article 310), corrosion resistance for equipment and materials, and standards for outdoor/wet location installations. The document details material and equipment specifications, recommending insulation types like THWN-2, NEMA 3R/4X rated enclosures, and weather-resistant wiring devices. Grounding and bonding requirements are also addressed, with a focus on corrosion-resistant electrodes due to high moisture. Energy efficiency is considered through the International Energy Conservation Code (IECC) and NEC Article 690 for solar/PV installations. The comprehensive plan concludes with a compilation of all referenced codes and standards.
Attachemnt 2 - TOWER-AS-BUILT DRAWINGS-Example.pdf
PDF15859 KBMar 20, 2026
AI Summary
The provided government file outlines detailed architectural and engineering plans for the construction of a Close Quarters Marksmanship (C.Q.M.) Tower at Fort Wainwright, Alaska. The document, prepared by Veterans Range Solutions, includes a comprehensive sheet index covering civil, architectural, structural, and electrical aspects. Key sections detail floor and roof plans, elevations, cross-sections, and structural components like foundations, framing, and stair designs. Electrical plans specify lighting fixtures, circuits, switches, and a public address system, along with lightning protection. Additionally, the file includes specifications for 20 backless benches and a tower countertop, detailing materials, dimensions, and installation requirements. This file serves as a complete blueprint for the tower's construction, ensuring adherence to design and safety standards.
Attachment 3 - Wage Determination 2015-5683 Rev. 25 (12-03-2025).pdf
PDF46 KBMar 20, 2026
AI Summary
This document is a wage determination for Alaska's Fairbanks North Borough, issued by the U.S. Department of Labor. It lists minimum hourly wage rates for various occupations across numerous sectors, including administrative support, automotive service, food preparation, healthcare, and technical roles. The determination outlines fringe benefits such as health and welfare, vacation, and twelve paid holidays. It also includes specific footnotes for computer employees, air traffic controllers, and weather observers, detailing exemptions and additional pay conditions like night and Sunday differentials. Hazardous pay differentials for work with ordnance and uniform allowance policies are also specified. The document further details the conformance process for unlisted occupations, ensuring fair compensation and adherence to the Service Contract Act.
Attachment 4 - Environmental Requirements for Construction and Renovation Projects-v9-20200121.pdf
PDF2026 KBMar 20, 2026
AI Summary
The U.S. Army Garrison, Alaska, Fort Wainwright (USAG Alaska) mandates strict environmental requirements for construction, demolition, and renovation projects, emphasizing environmental stewardship as outlined in Garrison Policy Letter #37. All projects must integrate environmental management from planning to completion, coordinating with the DPW Environmental Division. Contractors are required to attend an environmental brief, provide an Environmental Protection Plan (EPP), and are liable for non-compliance fines. Key areas of concern include restoration sites (requiring excavation clearance and contamination work plans), stormwater management (favoring low-impact development and requiring SWPPPs), excavation de-watering (requiring permits for large volumes), temporary water use, wastewater, backflow prevention, and hazardous waste/material handling. Spill reporting protocols are stringent, and solid waste must be recycled or disposed of in certified landfills. Air quality issues, fuel storage tanks, natural resources (wetlands, timber, fish habitat, migratory birds), and cultural resources all have specific guidelines and permitting requirements to ensure compliance with federal and state regulations.
Attachment 5 - Solid Waste Reporting Requirements - March 2016.pdf
PDF45 KBMar 20, 2026
AI Summary
The Fort Wainwright Solid Waste Reporting Requirements outline the mandatory procedures for reporting the diversion and disposal of Construction and Demolition (C&D) materials. Project managers must submit monthly reports to the Installation Solid Waste Manager for entry into the Solid Waste Annual Reporting, Web-Based Support (SWARWeb), as per Army Regulation 420-1. The reporting requirements for SWARWeb are more detailed than those for LEED C&D Waste Credit submittals. For each disposal transaction, reports must include the time and date, disposal site name and location, weight of waste (indicating if actual or estimated), and unit cost of disposal. For each type of C&D debris material diverted, reports must specify the date of delivery, category (always C&D Debris), material type from a comprehensive list, information source (weight actual or estimated), tons, and whether the material was delivered to DRMO/DLA. The document includes a form for contractors to fill out with project and disposal details.
COMBINED SYNOPSIS.pdf
PDF111 KBMar 20, 2026
AI Summary
This is a combined synopsis/solicitation for a 100% Small Business set-aside requirement (W912D026QA002) for one Prefabricated FWA Range Tower Building, to be delivered to Fort Wainwright, Alaska. The NAICS code is 236220 with a $41,000,000 size standard. Offers must include detailed technical specifications, estimated delivery, SAM Unique ID, CAGE Code, and Tax ID. Funds are not yet available for this acquisition. Contractors must be registered in SAM. Questions are due by May 17, 2026, at 5:00 PM AST, and a site visit is scheduled for March 10, 2026, at 1:00 PM AST. Offers are due by March 27, 2026, at 1:00 PM AST and must be submitted via email to Richard.f.smith3.civ@army.mil or Jefferey.a.morgan.civ@army.mil. Late offers will not be considered.
Solicitation -W912D026QA002.pdf
PDF992 KBMar 20, 2026
AI Summary
This government solicitation, W912D026QA002, is for the construction of a Range Operations Control Area (ROCA) and tower at Fort Wainwright, Alaska. Valued at $41,500,000.00, it targets Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). Key requirements include providing all labor, materials, equipment, and supervision in accordance with the Statement of Work and Specifications. Offerors must submit detailed technical drawings, an itemized cost breakdown, and past performance information. Evaluation factors—price, technical capability, and past performance—are weighted, with technical and past performance combined being equal to price. The solicitation emphasizes electronic invoicing via the Wide Area WorkFlow (WAWF) system and includes various FAR and DFARS clauses regarding commercial products, services, and compliance.
Attachment 1 - SOW M320 ROCA TOWER and GIB V3.pdf
PDF359 KBMar 20, 2026
AI Summary
This Statement of Work (SOW) outlines the construction requirements for a Grenade Launcher Range M320 ROCA Buildings project at Fort Wainwright (FWA), Alaska. The project's objective is to build one two-story Range Operations Center (ROC) Tower and one 20’ x 40’ General Instruction Building (GIB) within the FWA Small Arms Complex. Both structures must be engineered for the sub-arctic climate, addressing challenges like discontinuous permafrost, heavy snow loads, and extreme temperature fluctuations. The SOW details specific construction requirements for foundations, structural elements, building envelopes, and mechanical/electrical systems for both buildings, emphasizing durability, energy efficiency (ASHRAE 90.1 Climate Zone 8 standards), and cold-weather resilience (e.g., -50F ratings for materials and systems). Key requirements include specialized foundations (thermosiphon or screw-jack for ROC Tower, insulated monolithic slab for GIB), triple-pane windows, robust insulation with continuous vapor barriers, and heating/AC units capable of maintaining 70F at -50F outdoor temperatures. Electrical systems will feature dual-circuit lighting (white and red LED), cold-weather listed components, and lightning protection. The GIB will also require a Monaco Fire Alarm system. Contractors are responsible for all supervision, equipment, materials, and labor, and must submit a Quality Control Plan and an Environmental Protection Plan. The period of performance is 365 days, with optional items including demolition of existing structures and electrical service connection to a nearby building.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedFeb 25, 2026
amendedAmendment #1· Description UpdatedMar 4, 2026
amendedLatest Amendment· Description UpdatedMar 20, 2026
deadlineResponse DeadlineApr 8, 2026
expiryArchive DateApr 23, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
0413 AQ HQ RCO-AK WAINWRIG

Point of Contact

Name
Richard Smith

Place of Performance

Fort Wainwright, Alaska, UNITED STATES

Official Sources