PN: 67185 Joint Deployment Warfighting Complex at Fort Bragg, NC.
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 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 market research aims to determine the appropriate acquisition strategy, specifically evaluating an Integrated Design and Construction (IDaC) approach. Responses, including a mandatory survey and capability package, are due by February 20, 2026, at 5:00 PM ET.
Scope of Work
The project involves constructing a Joint Deployment Warfighting Complex using a standard Command and Control Facility (C2F) design. Key features include:
- Administrative and operations areas with discrete security zones.
- Special use spaces: Secure Administrative Area, Arms Room, Operations Center (OC), and Network Operations Center (NOC).
- Comprehensive IT networks: wireless NIPRnet/SIPRnet, BICES, JWICS.
- Redundant mechanical/electrical systems with 14-day backup power (diesel generators).
- Secure organizational vehicle parking, antenna pad, loading service areas.
- Integrated systems: fire protection, alarm, CCTV, IDS, cybersecurity, EMCS connection.
- Supporting facilities: site development, utilities, lighting, paving, parking (90% occupant capacity), walks, storm drainage, landscaping, signage.
- Infrastructure improvements: adjacent intersection upgrades and construction of approximately 0.65 miles of the All-American Parkway extension.
Contract & Timeline
- Opportunity Type: Sources Sought - Market Survey
- NAICS Code: 236220 - Commercial and Institutional Building Construction (Small Business Size Standard: $45.0M)
- PSC: Y1AZ – Construction of Other Administrative Facilities and Service Buildings
- Construction Magnitude: Over $500,000,000
- Proposed Contract Type: Integrated Design and Construction (IDaC) - Firm-Fixed-Price. This approach integrates the construction contractor early in the design phase, with an initial award for pre-construction services (estimated 433 days) and a firm-fixed-price option for the full construction phase (estimated 1,552 days).
- Response Due: February 20, 2026, 5:00 PM ET
- Published: February 11, 2026 (latest update)
- Set-Aside: None specified (market research stage)
Pre-Qualification Process
This notice initiates a pre-qualification process for potential prime contractors. Submissions will be evaluated for experience, capabilities, and suitability for the IDaC delivery method on a project of this scale. Only firms found qualified will be invited to participate in one-on-one sessions to discuss the project further. Eligibility to receive and respond to a subsequent formal solicitation will be limited exclusively to those firms that successfully complete this pre-qualification process and attend the one-on-one sessions.
Submission Requirements
Interested and capable firms must complete two actions by the deadline:
- Complete the mandatory survey: Access via the provided QR code or link within the announcement.
- Submit a capability package: Must not exceed 10 pages, addressing specific requirements outlined in survey questions 11-13. 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). The subject line must be "Capability Statement - Joint Deployment Warfighting Complex at Fort Bragg, NC".
Additional Notes
This is for informational and market research purposes only and does not constitute a Request for Proposal (RFP). The Government is not obligated to issue a solicitation or award a contract. Inquiries regarding the IDaC process or capability statements should be submitted via ProjNet (Bidder Inquiry Key: EJNJ29-UFNJEY) prior to the response date. Technical questions about the project work are not permitted at this time.