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 to identify qualified Total Small Business firms 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. Responses are due February 6, 2026.
Scope of Work
This opportunity seeks contractors 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
- C-sUAS (Counter-Small Unmanned Aircraft Systems) ranges for capability demonstrations, 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
- Specialized training facilities like robotics workspaces, shoothouses for live-fire close-quarters battle, and cyber ranges for spectrum operations.
Key requirements emphasize:
- High Availability and Flexible Operations to accommodate dynamic schedules, including potential extended or short-notice needs.
- Safety with certified Range Safety Officers (RSOs) and adherence to all applicable rules.
- Maintenance of facilities, target systems, and equipment.
- Qualified Personnel with current certifications.
- Environmental Compliance, particularly for lead management and projectile containment.
- Security for safeguarding Government and proprietary data.
- Support for explosives and demolition activities, equipment/armory storage, and potential housing/lodging amenities.
Requested Information
Interested parties must submit a capability statement (max 10 pages) addressing:
- Company Information (Name, Address, CAGE, UEI)
- Point of Contact
- Business Size and socioeconomic categories (e.g., Small Business, SDVOSB)
- 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 similar examples within three years).
Additionally, after reviewing the attached Statement of Objectives (SOO), respondents must provide either:
- Option A: A proposed Performance Work Statement (PWS) detailing tasks, standards, and deliverables.
- Option B: Detailed comments, questions, and recommendations on the SOO, identifying ambiguities, risks, or concerns.
Contract & Timeline
- Type: Sources Sought for a multi-award 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 27, 2026
Submission Instructions
Responses 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 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. The Government is not obligated to award a contract or pay for information provided.