Fort Bragg Perimeter Fence Maintenance and Repair

SOL #: PANMCC-26-P-0000-039181Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QM MICC FDO FT BRAGG
FORT BRAGG, NC, 28310-0000, United States

Place of Performance

Fort Bragg, NC

NAICS

Landscaping Services (561730)

PSC

Landscaping/Groundskeeping Services (S208)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)

Timeline

1
Posted
Feb 6, 2026
2
Last Updated
Apr 24, 2026
3
Submission Deadline
Apr 30, 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 Mission and Installation Contracting Command - Fort Bragg (MICC-FB) is soliciting proposals for Perimeter Fence Maintenance and Repair Services at Fort Bragg, NC, Simmons Army Airfield, and Camp Mackall. This is a 100% Historically Underutilized Business (HUBZone) Set-Aside opportunity. The acquisition is for a Firm Fixed-Price (FFP) contract with a base year and four option years. Proposals are due April 30, 2026, at 1:00 PM EDT.

Scope of Work

The requirement is for comprehensive management, supervision, and execution of maintenance, repair, and inspection services for approximately 80 miles of perimeter fence, including all gates. Services cover Fort Bragg, Pope Army Airfield, Camp Mackall, Simmons Army Airfield, Vass Road Ammo Supply Point, and Linden Oaks, North Carolina. Key tasks include:

  • Maintenance and repair of fence components (posts, wires, gates, etc.).
  • Maintaining a minimum 4-foot clear zone on both sides of the fence, extending 10 feet vertically, including vegetation trimming and removal.
  • Monthly inspections for damage, vegetation, and erosion.
  • Vegetation management and erosion control.
  • Adherence to UFC 4-022-03 "Security Fences and Gates" for technical specifications, covering various fence types, gates, and security features.
  • Installation of specific "Restricted Area Signs" (30"x36", reflective, red letters on white background). Historical workload data is available to inform bidders on typical repair issues.

Contract Details

  • Contract Type: Firm Fixed-Price (FFP) with a cost-reimbursable line item for Other Direct Costs (ODCs).
  • Duration: One 12-month base period and four 12-month option periods.
  • Period of Performance: Phase-in (May 18-31, 2026), Base Year (June 1, 2026 – May 17, 2027), Option Years 1-4 (May 18, 2027 – May 17, 2031).
  • Set-Aside: 100% Historically Underutilized Business (HUBZone) Set-Aside.
  • NAICS Code: 561730, Landscaping Services (Size Standard: $9.5 million).
  • Pricing: CLINs for Perimeter Fence Maintenance are FFP ($0.00 listed, likely covered by ODC or other mechanisms). ODCs are FFP with a Not-To-Exceed (NTE) amount of $48,460.14 per year for supplies and materials, reimbursed at actual cost with COR pre-approval.

Key Requirements & Performance

Contractor must comply with all Federal, State, and local laws, including strict security requirements (physical security plan, background checks, E-Verify, AT Level I, iWatch training). Key personnel (Project Manager, Assistant Project Manager) are required. A Quality Control Plan (QCP) and Safety Plan are mandatory. Demand Maintenance Orders (DMOs) have specific response times: Priority 1 (2-hour response, 24-hour completion), Priority 2 (24-hour response, 7-day completion), Priority 3 (24-hour response, 30-day completion). Adherence to Army Regulation 190-13, "The Army Physical Security Program," is expected.

Submission & Evaluation

  • Proposal Submission Deadline: April 30, 2026, at 1:00 PM EDT.
  • Questions Due: April 16, 2026, at 10:00 AM EDT.
  • Evaluation Basis: Lowest Price Technically Acceptable (LPTA). Technical Capability (Phase-In Approach and Staffing Approach) will be evaluated on an acceptable/unacceptable basis. Price will be evaluated for reasonableness, completeness, and accuracy.
  • Contacts: Questions should be submitted to Nicole Baldwin (nicole.p.baldwinciv@army.mil) and Casey N. Cambrin (casey.n.cambrin.civ@army.mil).

Place of Performance

Fort Bragg, Pope Army Airfield, Camp Mackall, Simmons Army Airfield, Vass Road Ammo Supply Point, and Linden Oaks, North Carolina.

People

Points of Contact

Nicole BaldwinPRIMARY
Casey CambrinSECONDARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 5
Combined Synopsis/Solicitation
Posted: Apr 24, 2026
View
Version 4Viewing
Combined Synopsis/Solicitation
Posted: Apr 1, 2026
Version 3
Sources Sought
Posted: Feb 10, 2026
View
Version 2
Sources Sought
Posted: Feb 9, 2026
View
Version 1
Sources Sought
Posted: Feb 6, 2026
View