352 Special Warfare Training Squadron (SWTS) - Base Camp Upgrade
SOL #: FA445226R0007Combined Synopsis/Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Air Force
FA4452 763 ESS
SCOTT AFB, IL, 62225-5020, United States
Place of Performance
Fort Bragg, NC
NAICS
All Other Specialty Trade Contractors (238990)
PSC
Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)
Set Aside
8(a) Sole Source (FAR 19.8) (8AN)
Original Source
Timeline
1
Posted
Mar 4, 2026
2
Last Updated
Mar 25, 2026
3
Submission Deadline
Mar 25, 2026, 5:00 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 Air Force is soliciting proposals for a sole source 8(a) construction effort to upgrade the 352 Special Warfare Training Squadron (SWTS) Base Camp at Fort Bragg, NC. This project involves significant modifications to Building T-2770 to expand sleep, storage, operational, medical, and cooking facilities. The solicitation, Amendment 3, extends the proposal due date to March 25, 2026. This opportunity is exclusively for Unami, LLC.
Scope of Work
The project entails designing and constructing modifications to Building T-2770. Key tasks include:
- Demolition: Removal of existing exterior siding, roofing, window units, and interior elements.
- Construction: Building a second-floor addition over Room 104 using engineered wood I-joists, framing new exterior walls, and installing new roofing.
- Interior Build-out: Creating bedspace for approximately 25 males and 5 females, a ready room for 40 staff, a medical area for 2 patients, an operations center for up to 20 personnel with multiple TVs and charging outlets, and an appliance room.
- Exterior & Utilities: Installation of screens for covered decks, roof antenna mounts, conduit for cabling, a built-in duct and electrical interface for a DRASH unit, access ramps, a robust electrical panel, and a Government-furnished 30KW diesel generator with noise abatement and a 25-gallon spill containment curb. Blackout curtains are also required.
- Covered Shelter: Replacement of damaged fascia, gable sheathing, painting, and rebuilding an instructor podium.
- Additional Scope: Covered vehicle parking, antenna location, and expansion of the South and West fence line are to be included.
Contract Details
- Type: Combined Synopsis/Solicitation (Sole Source Request for Quote)
- Set-Aside: 8(a) Sole Source (FAR 19.8) for Unami, LLC.
- Product Service Code: Z2JZ (Repair Or Alteration Of Miscellaneous Buildings)
- Place of Performance: Building T-2770, Base Camp, Fort Bragg, NC 28307.
- Period of Performance: To be decided by the contract, with timely completion after the start date.
- Bonds: Performance and Payment Bonds are required for proposals exceeding $35,000. Alternative Payment Protections are required for proposals between $35,000 and $150,000.
- Wage Rates: Compliance with Davis-Bacon Act wage determination NC20260122 for building construction in Cumberland and Hoke Counties, NC, is mandatory.
Submission & Evaluation
- Proposal Due Date: March 25, 2026, at 12:00 pm Central Time.
- Offer Validity: Proposals must be valid until at least May 30, 2026.
- Submission Method: Via email to the Contracting Officer and Contract Specialist.
- Evaluation Criteria: Award will be based on a technically acceptable proposal, evaluating Factor 1 – Technical (methodology, approach, schedule, risk mitigation) and Factor 2 – Price (completeness, continuity, traceability, reasonableness).
- Contacts: Primary: Tonya Hughes (tonya.hughes.2@us.af.mil), Secondary: Amber Climaco (amber.climaco@us.af.mil).
Key Clarifications & Attachments
- Permitting: No NCDEQ permit is required as the DPW has cleared the environmental process.
- Deliverables: Electronic copies of drawings and specifications are required, along with one half-size hard copy and one CD for the customer.
- Government-Furnished Items: Bunks, furniture, appliances, TVs, and lockers will be provided and installed by the Government.
- HVAC: Specifications for AUX Inverter SEER 17 Family air conditioners (R410A refrigerant) are provided, along with a Safety Data Sheet for Gasmixture R410A. Contractor input is requested for additional mini-splits in bunk rooms.
- Drawings: Proposed new base camp sketches detailing architectural plans and elevations are attached.
- Pricing: A dedicated pricing sheet (Attachment 4) is provided for CLIN 0001 (Base Camp Upgrade) and an optional CLIN 0002 (Covered Parking).
People
Points of Contact
Tonya HughesPRIMARY
Amber ClimacoSECONDARY
Files
Versions
Version 5
Combined Synopsis/Solicitation
Posted: Mar 25, 2026
Version 4Viewing
Combined Synopsis/Solicitation
Posted: Mar 18, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Mar 11, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Mar 10, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 4, 2026