PN: 67185 Joint Deployment Warfighting Complex at Fort Bragg, NC.

SOL #: W912HN26S3000Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W074 ENDIST SAVANNAH
SAVANNAH, GA, 31401-3604, United States

Place of Performance

Fort Bragg, NC

NAICS

Commercial and Institutional Building Construction (236220)

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Jan 23, 2026
2
Last Updated
Feb 13, 2026
3
Response Deadline
Feb 13, 2026, 10:00 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 Corps of Engineers (USACE), Savannah District, is conducting a Sources Sought market survey to identify qualified prime contractors for the Joint Deployment Warfighting Complex (JDWC) at Fort Bragg, NC. This project involves constructing a large-scale warfighting complex with an estimated magnitude of Over $500,000,000. The Government is evaluating an Integrated Design and Construction (IDaC) strategy, which integrates the construction contractor early in the design phase. Interested firms must complete a mandatory survey by February 6, 2026, and submit a capabilities package by February 13, 2026, to be considered for pre-qualification.

Purpose & Scope

The purpose of this Sources Sought is to identify potential sources with the interest and capability to perform construction and specialty trade services for the JDWC. The IDaC strategy involves an early award of a firm-fixed-price contract for pre-construction phase consultation services, followed by a firm-fixed-price option for the full construction phase. The selected contractor will provide critical constructability analysis and cost-saving input to the Designer of Record.

The project entails constructing a Joint Deployment Warfighting Complex using a standard Command and Control Facility (C2F) design. This includes administrative and operations areas with discrete security zones, a Secure Administrative Area, Arms Room, Operations Center (OC), and Network Operations Center (NOC). Extensive information technology networks are required, including wireless NIPRnet, wireless SIPRnet, BICES, and JWICS. The facility will feature redundant mechanical and electrical systems with backup power (14-days diesel generation), secure parking, antenna pads, loading service areas, and various security and monitoring systems. Supporting facilities include site development, utilities, lighting, paving, landscaping, and signage. Additionally, improvements to an adjacent intersection and the construction of approximately 0.65 miles of the All-American Parkway extension are required.

Contract Details

  • Opportunity Type: Sources Sought - Market Survey
  • NAICS Code: 236220 - Commercial and Institutional Building Construction (Small Business Size Standard: $45.0M)
  • Product Service Code (PSC): Y1AZ – Construction of Other Administrative Facilities and Service Buildings
  • Construction Magnitude: Over $500,000,000 (DFARS 236.204)
  • Estimated Period of Performance: Pre-construction services: 433 calendar days; Construction option: 1,552 calendar days.
  • Contract Type (Proposed): Integrated Design and Construction (IDaC) with firm-fixed-price for pre-construction and a firm-fixed-price option for construction.
  • Set-Aside: None specified.

Submission Requirements

Interested firms must complete two actions:

  1. Mandatory Survey: Access via QR code or link in the announcement. Responses are due no later than 5:00 PM ET on February 6, 2026.
  2. Capabilities Package: Must not exceed 10 pages, demonstrating ability to perform the work as a prime contractor. Specific requirements are detailed in questions 11-13 of the survey. Email to Gerard Leo (gerard.f.leo@usace.army.mil) with courtesy copies to Jennifer Murphy (jennifer.l.murphy@usace.army.mil) and Sabrina Bastine (sabrina.bastine@usace.army.mil). Subject line: “Capability Statement - Joint Deployment Warfighting Complex at Fort Bragg, NC”. Due no later than 5:00 PM ET on February 13, 2026.

Pre-qualification Process

Submissions will be evaluated for experience, capabilities, and suitability for the IDaC delivery method. Only pre-qualified respondents will be invited to one-on-one sessions to discuss the project and approach. Eligibility to receive and respond to a subsequent formal solicitation will be limited exclusively to firms that successfully complete this pre-qualification process and participate in the one-on-one session.

Important Notes

This is for informational and market research purposes only and does not constitute a Request for Proposal (RFP). The Government is considering the IDaC process, and if utilized, a formal solicitation may be issued directly to a pool of pre-qualified contractors. This is not a commitment to issue a solicitation or award a contract, and no funds are available for response preparation.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 4
Sources Sought
Posted: Feb 13, 2026
View
Version 3
Sources Sought
Posted: Feb 11, 2026
View
Version 2
Sources Sought
Posted: Feb 4, 2026
View
Version 1Viewing
Sources Sought
Posted: Jan 23, 2026
PN: 67185 Joint Deployment Warfighting Complex at Fort Bragg, NC. | GovScope