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, U.S. Army Corps of Engineers (USACE) Wilmington District, has issued a Solicitation for the construction of a four-bay Aircraft Maintenance Hangar at Fort Bragg, North Carolina. This project, estimated between $50,000,000 and $100,000,000, is for a fixed and rotary wing aircraft operations and maintenance facility. Proposals are due March 11, 2026.
Scope of Work
This project involves the construction of a Special Operations Forces (SOF) Mission Command Center (MCC) facility, specifically a four-bay hangar for fixed and rotary wing aircraft. Key components include:
- Maintenance bays, administrative and operations space, tool and parts storage, and shop space.
- Specialized systems such as oil/water separators, oil/hazardous material storage, and a collective water recycling system.
- Advanced building systems: 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: 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 incorporate sustainable features to meet LEED Silver standards.
Contract & Timeline
- 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 Issued: On or about February 9, 2026 (Published: February 11, 2026)
- Proposal Due: March 11, 2026, 6:00 PM EST
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 requirements include:
- Registration in the System for Award Management (SAM).
- Compliance with Cybersecurity Maturity Model Certification (CMMC) requirements per DFARS 252.204-7021.
- Registration and requisite certification with the Supplier Performance Risk System (SPRS).
Additional Notes
This solicitation has been amended to revise format in block 10 and to post GENERAL PROPOSAL SUBMISSION INSTRUCTIONS to PIEE. 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 SAM.gov to be added to an interested vendors list. For inquiries, 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.