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 (USACE), has issued an amendment for Solicitation PN 93099 for the construction of an Aircraft Maintenance Hangar at Fort Bragg, NC. This unrestricted opportunity involves building a four-bay hangar for fixed and rotary wing aircraft, along with extensive supporting infrastructure. Proposals are now due March 26, 2026.
Scope of Work
This project entails the construction of a four-bay fixed and rotary wing aircraft operations and maintenance hangar. The facility will include maintenance bays, administrative and operations space, tool and parts storage, and shop space. Specialized systems such as 1.5-ton and 0.75-ton bridge cranes, oil/water separators, and a wash rack with a collective water recycling system are required. 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), will be integrated. Supporting infrastructure includes 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 must incorporate sustainable features to meet LEED Silver standards.
Contract & Timeline
- Type: Firm Fixed Price (FFP)
- Magnitude: Estimated between $50,000,000 and $100,000,000
- Set-Aside: Unrestricted
- NAICS: 236220 – Commercial and Institutional Building Construction (Size Standard: $45,000,000.00)
- Proposal Due: March 26, 2026 (extended by Amendment 0003)
- Published: February 28, 2026 (Amendment 0003)
Evaluation & Requirements
Award will be made using the Best Value Tradeoff (BVTO) source selection process. Offerors must comply with Project Labor Agreement (PLA) requirements. Eligibility mandates registration in the System for Award Management (SAM), compliance with Cybersecurity Maturity Model Certification (CMMC) per DFARS 252.204-7021, and registration with the Supplier Performance Risk System (SPRS).
Amendment Details
Amendment 0003 extends the proposal due date to March 26, 2026. It also incorporates an Experience Data Sheet-Past Performance Questionnaire (PPQ), a Small Business Participation Plan, General Proposal Submission Instructions 2.27, and amended drawing lists and specifications.
Additional Notes
Contractors and subcontractors must register at https://sam.gov/ to download documents and can register on an interested vendors list. Offerors are responsible for monitoring https://sam.gov/ for any further changes or amendments.
Primary Contact: Jason Smith (Contract Specialist) at jason.s.smith2@usace.army.mil or 910-251-4424.
Contracting Officer: John T.C. Hill at John.T.Hill@usace.army.mil or 910-251-4451.