PN 93099 SOF Hangar, at Fort Bragg, North Carolina
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 Department of the Army, through W074 ENDIST WILMINGTON, has issued a Presolicitation Notice for the construction of a Special Operations Forces (SOF) Hangar at Fort Bragg, North Carolina. This project involves building a four-bay fixed and rotary wing aircraft operations and maintenance hangar, along with extensive supporting infrastructure. The estimated magnitude of construction is between $50,000,000 and $100,000,000. The solicitation is anticipated to be issued electronically on or about February 9, 2026.
Scope of Work
This project entails the construction of 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 equipment such as 1.5-ton bridge cranes for fixed-wing bays and 0.75-ton cranes for rotor-wing bays, oil/water separators, hazardous material storage, and a wash rack with a 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 covers new hangar access and parking aprons, airfield pavement lighting, sitework, and comprehensive utilities (electrical, water, gas, sanitary sewer, information system distribution). The construction will incorporate sustainable features to meet LEED Silver standards.
Contract & Timeline
- Opportunity Type: Presolicitation
- Contract Type: Firm Fixed Price (FFP)
- Magnitude: $50,000,000 to $100,000,000
- Set-Aside: Unrestricted
- NAICS Code: 236220 – Commercial and Institutional Building Construction (Size Standard: $45,000,000.00)
- Solicitation Release: On or about February 9, 2026
Evaluation & Eligibility
Proposals will be evaluated using a Best Value Tradeoff (BVTO) source selection process. Project Labor Agreement (PLA) requirements will apply. Offerors must be registered in the System for Award Management (SAM) and comply with Cybersecurity Maturity Model Certification (CMMC) requirements per DFARS 252.204-7021. Additionally, offerors must be registered and possess the requisite certification with the Supplier Performance Risk System (SPRS).
Additional Notes
Interested vendors should monitor SAM.gov for the official solicitation release and any subsequent amendments. Contractors and subcontractors must register on SAM.gov to download documents and can register on the 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.