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 20, 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 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:

  1. Complete the mandatory survey: Access via the provided QR code or link within the announcement.
  2. 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.

People

Points of Contact

Files

Files

View
Download

Versions

Version 4
Sources Sought
Posted: Feb 13, 2026
View
Version 3Viewing
Sources Sought
Posted: Feb 11, 2026
Version 2
Sources Sought
Posted: Feb 4, 2026
View
Version 1
Sources Sought
Posted: Jan 23, 2026
View