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 a Sources Sought for market research purposes to identify qualified small businesses capable of providing Commercial Range Services in support of the Joint Innovation Outpost at Fort Bragg, NC. The Government anticipates establishing a multi-award Blanket Purchase Agreement (BPA) for these services. This is not a solicitation for proposals.
Scope of Work
The Government requires a contractor to provide all necessary personnel, equipment, supplies, and facilities to operate and maintain a commercial range for training, testing, evaluation, and demonstration purposes. The scope includes access to various range types, such as:
- 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, and providing Red Team/Threat UAS targets.
- Explosive Ordnance Disposal (EOD) ranges and support for related activities.
- Tactical Training Areas
- Shoothouse facilities for live-fire close-quarters battle and tactical simulations.
- Robotics Capability workspaces for design, 3D printing, prototyping, fabrication, and testing.
- Cyber Range capabilities, including targetable networks, simulations, experimental systems, hardware-in-the-loop, and electronic warfare.
The contractor will be responsible for all aspects of range safety and management, ensuring a safe, reliable, and well-maintained facility. This includes managing logistics, scheduling, and coordination for demonstration events, and providing amenities such as housing/lodging, showers, laundry, gym, and Wi-Fi.
Key Requirements
- High Availability: Range must be available during scheduled dates/times, including potential extended or short-notice hours.
- Safety: Enforce all firearm safety rules, have certified Range Safety Officers (RSOs) present, and ensure zero preventable accidents.
- Maintenance: All facilities, target systems, and equipment must be clean and fully operational.
- Qualified Personnel: Professional, qualified staff with current, recognized certifications.
- Environmental Compliance: Adhere to federal, state, and local environmental laws, focusing on lead management and projectile containment.
- Security: Establish procedures for safeguarding Government information and vendor-proprietary data.
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.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: February 6, 2026, 4:00 PM EST
- Published: January 26, 2026
- Place of Performance: Contractor's commercial shooting range facility, in/around Fort Bragg, NC.
Submission Requirements
Interested parties are requested to submit a capability statement (limited to ten pages) addressing:
- Company Information: Name, Address, CAGE Code, UEI.
- Point of Contact: Name, Title, Phone, Email.
- Business Size: Identify size and socioeconomic categories.
- Capability Statement: Describe ability to meet requirements, approach to range management, safety, and quality control.
- Facility Information: Describe range facility, location relative to Fort Bragg, range types, number of lanes, maximum caliber, and special capabilities.
- Past Performance: Up to three examples of similar services within the last three years.
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.brown.mil@army.mil). The subject line should be: "Sources Sought Response: FY26-FY31 Commercial Range Services BPA at Fort Bragg."
Additional Notes
This notice is for market research only and does not obligate the Government to award a contract or pay for information provided. The Government reserves the right to use information for any deemed necessary and legally appropriate purpose.