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 is seeking proposals for the 352 Special Warfare Training Squadron (SWTS) Base Camp Upgrade at Fort Bragg, NC. This is a sole source direct 8(a) construction effort for Unami, LLC, to modify Building T-2770 for increased operational, living, and support space. Proposals are due March 18, 2026, at 12:00 PM Central Time.

Scope of Work

This project involves the design and construction of modifications to Building T-2770 at Base Camp, Fort Bragg, NC, to accommodate increased requirements for sleep, storage, operational, medical, and cooking space, meeting "temporary facility" design specifications.

  • Design (CLIN 0001): Architectural and Engineering design, including submittals, specifications, calculations, and permitting for disturbed areas less than 1 acre.
  • Construction (CLIN 0002):
    • Demolition: Removal of existing exterior siding, shingles, trim, and select interior elements.
    • Structural: Installation of engineered wood I-joists for a second-floor addition, framing new exterior walls, new roof sheathing, and a new widow's walk platform.
    • Interior Build-out: Creation of approximately 25 male and 5 female bedspaces, a separate female area, a ready room for 40 staff, a medical area for 2 patients, an operations center, and an appliance room.
    • Exterior & Utilities: Enclosure of covered decks, installation of new electrical circuits, a 20K diesel generator with noise abatement and spill containment, reinforced roof for antennas, conduit for cables, a DRASH unit interface, access ramps, blackout curtains, covered vehicle parking, and expansion of the fence line.
    • Covered Shelter: Repair and rebuilding of an instructor podium, including fascia replacement and new weather-resistant gable sheathing.
    • Electrical & HVAC: Power via generator, with electrical and structural accommodations for a ductless heat pump system.

Contract Details

  • Opportunity Type: Combined Synopsis/Solicitation (RFP #FA445226R0007)
  • 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 (Grid Coordinates: 17S PU 3596 7616).
  • Period of Performance: To be decided by the contract, with work to be inspected, repaired, and completed in a timely manner.
  • Wage Requirements: Compliance with Davis-Bacon Act Wage Determination NC20260122, effective 01/02/2026, for building construction in Cumberland and Hoke Counties, NC.
  • Bonds: Performance and Payment Bonds are required for proposals exceeding $35,000. Alternative Payment Protections are required for proposals between $35,000 and $150,000.

Submission & Evaluation

  • Proposal Submission Deadline: March 18, 2026, at 12:00 PM Central Time.
  • Questions Deadline: March 11, 2026, at 10:00 AM Central Time.
  • Offer Acceptance Period: Proposals must be valid until at least April 30, 2026.
  • Submission Method: Quotes and required attachments must be submitted via email to the Contracting Officer and Contract Specialist.
  • Evaluation: Award will be made to the responsible offeror whose proposal conforms to the RFP and is judged technically acceptable. Evaluation will be based on Factor 1 – Technical (methodology, approach, schedule, risk mitigation) and Factor 2 – Price (completeness, continuity, traceability, reasonableness).
  • Site Visit: Not scheduled, as Unami, LLC has already conducted one.

Special Requirements

  • Personnel: Workers must be legal U.S. Citizens with picture IDs and able to gain installation clearance.
  • Working Hours: Monday-Friday, 7:00 am - 4:30 pm EST, excluding Federal holidays. Coordination with the facility manager (Mr. Dan Kaster) is required to minimize disruption to student training.
  • Compliance: Work must adhere to contract specifications, manufacturer's recommendations, state building codes, Fort Bragg Installation Design Guide, DoD Codes & Regulations (UFC, ABA, IBC, Fort Bragg Design Guidelines), UFGS, and International Building Code.
  • Approvals: Samples of new equipment/materials and desired additions (e.g., propane tanks, antenna location) require government or external agency approvals.

Contact Information

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download

Versions

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