PN 93099 SOF Hangar, at Fort Bragg, North Carolina

SOL #: W912PM26RA010Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W074 ENDIST WILMINGTON
WILMINGTON, NC, 28403-1343, United States

Place of Performance

Fort Bragg, NC

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Other Administrative Facilities And Service Buildings (Y1AZ)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 23, 2026
2
Last Updated
Feb 28, 2026
3
Response Deadline
Feb 9, 2026, 7:00 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 Department of the Army, W074 ENDIST WILMINGTON, has issued a pre-solicitation notice for the construction of a Special Operations Forces (SOF) Hangar and Mission Command Center (MCC) at the Joint Special Operations Command (JSOC) Main Compound, Fort Bragg, North Carolina. This project is anticipated to be a Firm Fixed Price (FFP) contract with an estimated magnitude between $50,000,000 and $100,000,000. The formal solicitation is expected to be released on or about February 9, 2026.

Scope of Work

The project involves constructing a four-bay hangar designed for both fixed and rotary wing aircraft operations and maintenance. Key components include maintenance bays, administrative and operations spaces, tool and parts storage, and shop areas. Specialized systems such as oil/water separators, oil/hazardous material storage, and a collective water recycling system will be integrated. The facility will feature advanced building systems, including fire alarm/mass notification, fire suppression, energy management controls, advanced communications, Intrusion Detection Systems (IDS), electronic access control, and a protected distribution system (PDS). Supporting infrastructure encompasses a new hangar access apron, hangar parking apron, airfield pavement lighting, sitework, utilities, parking, access drives, roads, curb and gutter, sidewalks, and landscaping. The construction will adhere to LEED Silver standards.

Contract & Timeline

  • Contract Type: Firm Fixed Price (FFP)
  • Magnitude: $50,000,000 to $100,000,000
  • Set-Aside: Unrestricted
  • Solicitation Release: On or about February 9, 2026
  • Published Date: January 23, 2026

Evaluation & Eligibility

Proposals will be evaluated using a Best Value Tradeoff (BVTO) source selection process. Project Labor Agreement (PLA) requirements will apply to this contract. Offerors must be registered in the System for Award Management (SAM), comply with Cybersecurity Maturity Model Certification (CMMC) requirements per DFARS 252.204-7021, and be registered with the Supplier Performance Risk System (SPRS) with the requisite certification.

Additional Notes

The solicitation will be issued electronically. Interested vendors are responsible for monitoring SAM.gov for the official solicitation release and any subsequent changes or amendments. Contractors and subcontractors must register on SAM.gov to download documents and can register to be added to an interested vendors list. For further information, contact Jason Smith (Contract Specialist) at jason.s.smith2@usace.army.mil or John T.C. Hill (Contracting Officer) at john.t.hill@usace.army.mil.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 6
Solicitation
Posted: Feb 28, 2026
View
Version 5
Solicitation
Posted: Feb 18, 2026
View
Version 4
Solicitation
Posted: Feb 11, 2026
View
Version 3
Solicitation
Posted: Feb 9, 2026
View
Version 2
Pre-Solicitation
Posted: Jan 28, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Jan 23, 2026