PN 93099 Aircraft Maintenance Hangar
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, W074 ENDIST WILMINGTON, is soliciting proposals for the PN 93099 Aircraft Maintenance Hangar project at Fort Bragg, Cumberland County, North Carolina. This Request for Proposal (RFP) involves the design and construction of a four-bay fixed and rotary wing aircraft operations and maintenance hangar, along with associated infrastructure. The estimated magnitude of construction is between $50,000,000 and $100,000,000. Proposals are due by March 11, 2026, at 2:00 PM Z.
Scope of Work
This project requires the design and construction of permanent facilities and infrastructure to accommodate aircraft operations and maintenance, designed for a minimum life of 40 years. The core of the project is a four-bay hangar for fixed and rotary wing aircraft, including maintenance bays for scheduled/unscheduled maintenance of C-27J Spartan, UH-60, CASA-212, and C-12 aircraft. The scope also includes flight detachment administration and operations space, tool and parts storage, shop space, specialized equipment like bridge cranes, oil/water separators, and a wash rack with a water recycling system. Advanced building systems such as fire alarm/mass notification, fire suppression, energy management controls, advanced communications, Intrusion Detection Systems (IDS), electronic access control, and a protected distribution system (PDS) are required. Supporting infrastructure includes new hangar access and parking aprons, airfield pavement lighting, sitework, utilities (electrical, water, gas, sanitary sewer, information system distribution), parking, access drives, roads, curb and gutter, sidewalks, and landscaping. The construction must incorporate sustainable features to meet LEED Silver standards.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Magnitude of Construction: $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 Issued: On or about February 9, 2026
- Proposal Due: March 11, 2026, 2:00 PM Z
- Published Date: February 9, 2026
Evaluation & Eligibility
Award will be made using the Best Value Tradeoff (BVTO) source selection process. Offerors must comply with Project Labor Agreement (PLA) requirements. Eligibility requires registration in the System for Award Management (SAM), compliance with Cybersecurity Maturity Model Certification (CMMC) requirements per DFARS 252.204-7021, and requisite certification with the Supplier Performance Risk System (SPRS).
Additional Notes
The solicitation will be issued electronically. Contractors and subcontractors must register at https://sam.gov/ to download documents and are responsible for checking the site for any posted changes or amendments. Interested vendors can register on https://sam.gov/ to be added to an interested vendors list.
Primary Point of Contact: Jason Smith, Contract Specialist (jason.s.smith2@usace.army.mil, 910-251-4424).
Contracting Officer: John T.C. Hill (John.T.Hill@usace.army.mil, 910-251-4451).