Fort Bragg Perimeter Fence Maintenance and Repair
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, Mission and Installation Contracting Command - Fort Bragg (MICC-FB), has issued a Combined Synopsis/Solicitation (RFQ) for Perimeter Fence Maintenance and Repair Services at Fort Bragg, NC, and surrounding areas. This acquisition is a 100% HUBZone Set-Aside. Proposals are due by April 30, 2026, at 1:00 PM EDT.
Scope of Work
The requirement involves comprehensive management, supervision, and execution of maintenance, repair, and inspection services for approximately 80 miles of perimeter fence, including all gates. This covers 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, gates, posts, and wires.
- Maintaining a minimum 4-foot clear zone (10 feet vertically) around the fence, including vegetation trimming and removal.
- Monthly inspections for damage, vegetation, and erosion.
- Weekly vegetation management and adherence to the Fort Bragg Integrated Pest Management Plan (Technical Exhibit 9).
- Erosion control and repair of damaged areas.
- Specific response and completion times for demand maintenance orders based on priority levels.
Contract Details
- Contract Type: Firm Fixed Price (FFP) for labor, with a Cost Reimbursement line item for Other Direct Costs (ODCs) up to a Not-To-Exceed (NTE) amount of $48,460.14 per year. ODCs require COR pre-approval and exclude labor/profit.
- Period of Performance: A 12-month base period (June 1, 2026 – May 17, 2027), preceded by a phase-in period (May 18-31, 2026), followed by four 12-month option years.
- Set-Aside: 100% Historically Underutilized Business (HUBZone) Set-Aside.
- NAICS Code: 561730 (Landscaping Services), with a $9.5 million small business size standard.
Submission & Evaluation
- Proposal Due Date: April 30, 2026, at 1:00 PM EDT.
- Questions Due Date: April 16, 2026, at 10:00 AM EDT.
- Proposals must be submitted electronically to the Contract Specialist and Contracting Officer.
- Award will be based on the Lowest Price Technically Acceptable (LPTA) method. Technical capability, including Phase-In Approach and Staffing Approach, will be evaluated on an acceptable/unacceptable basis. The Government may award without discussions.
Additional Notes
Amendment 0001, issued on April 24, 2026, finalized the Combined Synopsis/Solicitation, provided answers to contractor questions, and added Technical Exhibits 9 (Fort Bragg Integrated Pest Management Plan) and 10 (Additional Photos) to provide visual context of fence conditions. The incumbent contractor is Four Tribes Enterprises, LLC (W91247-21-C-0032).