FY26-FY31 JIOP Commercial Range Services BPA at Fort Bragg

SOL #: W51H72Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
0419 AQ HQ CONTRACTING SUP
FORT BRAGG, NC, 28310, United States

Place of Performance

Fort Bragg, NC

NAICS

Facilities Support Services (561210)

PSC

Vocational/Technical (U006)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 9, 2026
2
Last Updated
Feb 19, 2026
3
Submission Deadline
Feb 9, 2031, 9:00 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 419th Contracting Support Brigade (W51H72) at Fort Bragg, NC, intends to award a Multiple-Award Blanket Purchase Agreement (BPA) for Commercial Range Services to support the U.S. Army's Joint Innovation Outpost (JIOP) and other authorized Government users. This 100% Total Small Business Set-Aside opportunity seeks access to existing contractor-owned and operated facilities within a 90-mile radius of Fort Bragg. The estimated maximum value for all calls against the BPAs is $9,000,000.00. The full Request for Quotation (RFQ) is anticipated to be released on February 17, 2026, with proposals due by March 03, 2026, 4:00 PM EST.

Scope of Work

This requirement is for commercial range facilities, realistic training environments, and associated subject matter expertise, not construction services. The Government seeks access to existing multi-domain operational (MDO) facilities with organic capabilities. Services include, but are not limited to:

  • Training Infrastructure: Small arms live-fire ranges, multi-story shoot houses, multi-building training villages (minimum three villages, four buildings each), subterranean training complexes, breaching areas, pre-coordinated airspace for manned/unmanned flight, and areas for UAS/C-UAS and Electronic Warfare (EW) training.
  • Support Facilities: Equipment storage, living accommodations for at least 12 personnel, and a robotics laboratory/classroom space for prototyping and innovation.
  • Expertise: Subject Matter Expert (SME) support in various tactical and technical domains, with organic expertise across special operations, cyber, unmanned systems, space, design, prototyping, test & evaluation, and acquisition. Highly experienced technical and tactical specialists in UAS/CUAS and robotics are required.
  • Access: Flexible and responsive range access, including extended hours, weekends, and holidays.
  • Performance Standards: Contractor is responsible for all range safety and must establish procedures for handling Government information and proprietary data securely.

Contract Details

  • Contract Type: Multiple-Award Blanket Purchase Agreement (BPA).
  • Period of Performance: One (1) twelve-month base year, with four (4) twelve-month option periods (total 5 years).
  • Estimated Maximum Value: $9,000,000.00 over the life of the agreement (estimate, not a guarantee of orders).
  • Number of Awards: Anticipates a maximum of 8 contractors holding a BPA.
  • Evaluation: BPAs will be evaluated annually for fair and reasonable pricing, usage, and participation. The Government will consider price and socio-economic status when establishing BPAs.

Set-Aside & Eligibility

This acquisition is a 100% Total Small Business Set-Aside. All offerors must be certified as a Small Business under NAICS code 561210 (Facilities Support Services) to be eligible. Contractors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) for contract payment, with current Representations and Certifications on record. Contractors must own/operate facilities at the time of proposal submission and possess organic capabilities.

Submission & Key Dates

This is currently a combined synopsis/solicitation for informational purposes; it is not an RFQ. The full RFQ package, including the final Performance Work Statement (PWS), proposal submission instructions, and evaluation criteria, will be posted on SAM.gov.

  • Anticipated Solicitation Release Date: February 17, 2026
  • Questions Due Date: February 24, 2026
  • Proposal Closing Date & Time: March 03, 2026, 4:00 PM EST Interested parties should respond electronically to SSG Joshua D. Phillips (joshua.d.phillips70.mil@army.mil) with a courtesy copy to SFC Cameron R. Wade (cameron.r.wade.mil@army.mil). The subject line must reference "FY26-FY31 JIOP Commercial Range Services BPA at Fort Bragg". Responses must be in PDF format and include:
  1. UEI Number
  2. CAGE Code
  3. Tax ID Number
  4. POC's name, physical address, email, and telephone number
  5. Website address
  6. Small business size, socioeconomic categories, and type of ownership
  7. Capability Statement Telephone inquiries will not be accepted.

Points of Contact

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 4
Solicitation
Posted: Feb 19, 2026
View
Version 3
Solicitation
Posted: Feb 18, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 10, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 9, 2026