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 U.S. Army's 419th Contracting Support Brigade at Fort Bragg, NC, intends to award a Multiple-Award Blanket Purchase Agreement (BPA) for Commercial Range Services to support the Joint Innovation Outpost (JIOP) and other authorized Government users. This is a 100% Total Small Business Set-Aside under NAICS 561210. The anticipated solicitation release is February 17, 2026, with proposals due by March 03, 2026, 4:00 PM EST.

Purpose & Scope

This opportunity seeks access to existing contractor-owned and operated commercial range facilities, realistic training environments, and associated Subject Matter Expert (SME) support. The facilities must be located within a 90-mile driving radius of Fort Bragg, NC. This is not a construction requirement. The objective is to provide streamlined acquisition and accelerated delivery of capabilities to Warfighters, enhancing lethality through design, prototyping, experimentation, and test & evaluation.

Required services include access to a comprehensive suite of training infrastructure such as:

  • Small arms live-fire ranges
  • Multi-story shoot houses and multi-building training villages
  • Subterranean training complexes
  • Areas suitable for UAS/C-UAS and Electronic Warfare (EW) training
  • SME support in various tactical and technical domains

Facilities must possess organic capabilities, offer flexible access (including extended hours), and include specific features like pre-coordinated airspace, breaching areas, trench networks, Red Team stand-ins, equipment storage, living accommodations for at least 12 personnel, and robotics laboratories. Contractors must also provide personnel with organic expertise across special operations, cyber, unmanned systems, and space domains.

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, for a potential total of five years.
  • Estimated Maximum Value: $9,000,000.00 aggregate for all BPAs over the life of the agreement (estimate, not a guarantee of orders).
  • Anticipated Awards: A maximum of 8 contractors are expected to hold a BPA.
  • Set-Aside: 100% Total Small Business Set-Aside (NAICS Code 561210 – Facilities Support Services).
  • Eligibility: Offerors must be certified Small Businesses under NAICS 561210 and registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF).

Submission & Evaluation

The full Request for Quotation (RFQ) package, including the final Performance Work Statement (PWS) 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 small businesses with potential capacity 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: UEI Number, CAGE Code, Tax ID Number, POC information, website address, small business size/socioeconomic categories, and a Capability Statement. Telephone inquiries will not be accepted. Evaluation for BPA establishment will consider price and socio-economic status.

Points of Contact

People

Points of Contact

Files

Files

Download
Download

Versions

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