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 419th Contracting Support Brigade (CSB) 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). This is a 100% TOTAL SMALL BUSINESS SET-ASIDE under NAICS code 561210. The total estimated maximum value for all calls under all BPAs is $9,000,000.00 over a 5-year ordering period. Proposals are due February 25, 2026, at 4:00 PM EST.
Purpose & Scope
The BPA aims to provide the U.S. Army's JIOP and other authorized users with flexible and efficient access to comprehensive "turn-key" commercial training facilities and associated support services. The primary place of performance shall be at the contractor's own facility, which must be located within a 90-mile driving radius of the XVIII Airborne Corps Headquarters, Fort Bragg, NC. The services are for training and testing, enabling rapid innovation and technology transition.
Contract Details
- Contract Type: Multiple-Award Blanket Purchase Agreement (BPA) on a Firm-Fixed-Price (FFP) basis for services.
- Period of Performance: One (1) twelve-month base period and four (4) one-year option periods, totaling a maximum of five years (March 3, 2026, to March 2, 2031).
- Estimated Value: Overall BPA ceiling is $9,000,000.00. The limitation for any single BPA call is $250,000.00.
- Set-Aside: 100% Total Small Business Set-Aside.
- NAICS Code: 561210 - Facilities Support Services ($47.0M Size Standard).
- PSC Code: U006 - Vocational/Technical Training.
Key Requirements
Contractors must own/operate multi-domain operational (MDO) facilities within the specified 90-mile radius. Required facilities include, but are not limited to:
- Small arms live-fire ranges, multi-purpose ranges, and shoothouses.
- Pre-coordinated airspace for manned and unmanned flight operations.
- Breaching areas, multi-building villages, and subterranean complexes.
- Modular trench networks, robotics labs, and cyber ranges.
- Equipment storage, lodging for at least 12 personnel, and classroom space. Contractors must also possess organic expertise across various domains (e.g., special operations, cyber, UAS, EW) and functions (design, prototyping, test & evaluation, training). Specific SME support categories include Small Arms & Tactics, Explosive Breaching, UAS, EW, and Technical/Prototype Support. Contractors must hold active Federal Explosives License (FEL), Federal Firearms License (FFL), and government-approved airspace control measures.
Submission & Evaluation
Offerors must be registered in SAM and certified as a Small Business under NAICS code 561210. Proposals will be evaluated sequentially on three factors:
- Technical Capability (most important)
- Past Performance
- Price A "Pass" rating is required on each non-price factor to proceed. The full Request for Proposal (RFP) package, including the Performance Work Statement (PWS), specific submission instructions (Section L), evaluation criteria (Section M), and BPA Pricing Table, are attached to the notice. Offerors are responsible for monitoring amendments.
Important Dates
- Proposal Closing Date & Time: February 25, 2026, 4:00 PM EST.