Commercial Range BPA
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 Army is conducting market research through a Sources Sought notice to identify qualified Total Small Business firms capable of providing Commercial Range Services for a multi-award Blanket Purchase Agreement (BPA) at the Joint Innovation Outpost, Fort Bragg, NC. This effort supports training, testing, evaluation, and demonstration purposes. Responses are due February 6, 2026.
Scope of Work
The Government requires a contractor to provide all necessary personnel, equipment, supplies, and facilities to operate and maintain a commercial range. The scope includes access to various range types:
- Small Arms Ranges
- Counter-Small Unmanned Aircraft Systems (C-sUAS) ranges, including secure, certified test ranges with instrumentation for evaluating sensor and effector solutions against Group 1 & 2 UAS threats.
- Explosive Ordnance Disposal (EOD) Ranges
- Tactical Training Areas
- Robotics Capability (workspace for design, prototyping, testing)
- Shoothouse (for live-fire close-quarters battle)
- Cyber Range (for targetable networks, simulations, EW capabilities)
- Support for Explosives and Demolition activities
Key requirements emphasize high availability, support for flexible operations (including short-notice), stringent safety protocols (with certified Range Safety Officers), facility maintenance, qualified personnel, and environmental compliance (e.g., lead management).
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- Anticipated Contract Type: Multi-award Firm-Fixed-Price (FFP) Blanket Purchase Agreement (BPA)
- Anticipated Duration: One base year with four (4) one-year option periods (FY26-FY31)
- Set-Aside: Total Small Business
- Published Date: January 28, 2026
- Response Due Date: February 6, 2026, 4:00 PM EST
Requested Information & Submission
Interested parties must submit a capability statement (limited to 10 pages) addressing:
- Company Information (Name, Address, CAGE, UEI)
- Point of Contact
- Business Size and Socioeconomic Categories
- Capability Statement detailing approach to range management, safety, and quality control
- Facility Information (location relative to Fort Bragg, range types, lanes, caliber, special capabilities)
- Past Performance (up to three examples within the last three years)
Additionally, after reviewing the attached Statement of Objectives (SOO), respondents must provide Option A: Proposed Performance Work Statement (PWS) or Option B: Comments and Recommendations on the SOO.
Submissions must be in PDF format and emailed to SFC Cameron R. Wade (cameron.r.wade.mil@army.mil) with a courtesy copy to MAJ Vickie L. Brown (vickie.l.brown44.mil@army.mil). The subject line must be: "Sources Sought Response: FY26-FY31 Commercial Range Services BPA at Fort Bragg."
Additional Notes
This is a Sources Sought notice for market research only and is not a solicitation for proposals. The Government is not obligated to award a contract or pay for information provided.