352 Special Warfare Training Squadron (SWTS) - Base Camp Upgrade

SOL #: FA445226R0007Combined Synopsis/SolicitationSole Source

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4452 763 ESS
SCOTT AFB, IL, 62225-5020, United States

Place of Performance

Fort Bragg, NC

NAICS

All Other Specialty Trade Contractors (238990)

PSC

Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)

Timeline

1
Posted
Mar 4, 2026
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Mar 18, 2026, 5:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Air Force, FA4452 763 ESS, has issued a Combined Synopsis/Solicitation (RFQ) for the 352 Special Warfare Training Squadron (SWTS) Base Camp Upgrade at Fort Bragg, NC. This is an 8(a) Sole Source (FAR 19.8) construction effort specifically for Unami, LLC. The project involves significant design and construction modifications to Building T-2770. Proposals are due March 18, 2026, at 1:00 PM EST.

Scope of Work

The objective is to design and construct modifications to Building T-2770 at Fort Bragg, NC, to accommodate increased requirements for sleep, storage, operational, medical, and cooking space, meeting "temporary facility" design specifications. The scope includes:

  • Design & Engineering (CLIN 0001): Architectural and Engineering design, including submittals, specifications, project data, and permitting applications for NCDEQ.
  • Construction (CLIN 0002):
    • Demolition: Removal of existing exterior siding, windows, trim, fascia, asphalt shingles, interior ceiling, and roof sheathing.
    • Structural: Installation of engineered wood I-joists for a second-floor addition, framing new exterior walls, reinstalling wood trusses, new roof sheathing, and a new widow's walk platform.
    • Interior Build-out: Creation of bedspace for approximately 25 males and 5 females, a separate female area, a ready room for 40 staff with lockers and charging stations, a separate medical area for 2 patients, and an Operations Center.
    • Exterior & Utilities: Installation of screens to enclose covered decks, roof antenna mounts, conduit, a built-in duct and electrical interface for a DRASH unit, access ramps, a robust electrical panel, a 20K diesel generator with enclosure, blackout curtains, covered vehicle parking, and expansion of the South and West fence line.
    • Covered Shelter: Replacement of damaged fascia, new weather-resistant gable sheathing, painting, and rebuilding an instructor podium.
    • Electrical: Power supply via generator, with electrical and structural accommodations for an internal heating and cooling system.

Contract Details

  • Opportunity Type: Combined Synopsis/Solicitation (RFQ)
  • Set-Aside: 8(a) Sole Source (FAR 19.8) for Unami, LLC.
  • Product Service Code: Z2JZ (Repair Or Alteration Of Miscellaneous Buildings)
  • Place of Performance: Building T-2770, Base Camp, Fort Bragg, NC.
  • Wage Determination: Davis-Bacon Act WD NC20250122, Building, effective 01/02/2026, for Cumberland and Hoke Counties, NC.
  • Bonds: Performance and Payment Bonds are required for proposals exceeding $35,000.00. Alternative Payment Protections are required for proposals between $35,000.00 and $150,000.00.
  • Offer Acceptance Period: Until April 30, 2026.

Submission & Evaluation

  • Proposal Due: March 18, 2026, at 1:00 PM EST.
  • Submission Method: Via Email to the Contracting Officer and Contract Specialist.
  • Proposal Structure: Proposals must be organized into three volumes: Administrative Requirements, Technical Proposal, and Price Proposal.
  • Pricing: Bidders must use Attachment 3 to submit their total price for CLIN 0001 (Base Project), rounded to the nearest dollar.
  • Evaluation Criteria: Award will be made to the responsible offeror whose proposal conforms to the RFP and is judged technically acceptable. Evaluation will consider Factor 1 – Technical (methodology, approach, schedule, and risk mitigation) and Factor 2 – Price (completeness, continuity, traceability, and reasonableness).

Special Requirements & Notes

  • Personnel: Workers must be legal U.S. Citizens with legal picture IDs and able to gain installation clearance.
  • Working Hours: 7:00 am - 4:30 pm EST, Monday-Friday, excluding Federal holidays.
  • Compliance: Work must adhere to contract specifications, manufacturer's recommendations, state building codes, Fort Bragg Installation Design Guide, UFGS, International Building Code, NFPA 70, NFPA 101, and DoD Codes & Regulations.
  • Clauses: Bidders must review Attachment 2 for applicable FAR and DFARS clauses, including those related to covered defense telecommunications equipment and Wide Area WorkFlow (WAWF) payment procedures.
  • Contacts: Primary: Tonya Hughes (tonya.hughes.2@us.af.mil, 6182569979). Secondary: Amber Climaco (amber.climaco@us.af.mil, 6182569964).

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Mar 11, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Mar 10, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 4, 2026
352 Special Warfare Training Squadron (SWTS) - Base Camp Upgrade | GovScope