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, ENDIST WILMINGTON office, is soliciting proposals for the construction of a four-bay fixed and rotary wing aircraft operations and maintenance hangar at Fort Bragg, NC. This project, estimated between $50,000,000 and $100,000,000, includes specialized facilities and supporting infrastructure designed to meet LEED Silver standards. The solicitation was reopened due to an inadvertent early closure in PIEE, with the proposal due date remaining April 2, 2026.
Scope of Work
This project involves the construction of a comprehensive aircraft maintenance hangar, including:
- Four-bay fixed and rotary wing aircraft operations and maintenance hangar.
- Maintenance bays for scheduled and unscheduled maintenance, flight detachment administration, and operations space.
- Tool and parts storage, and shop space.
- Installation of 1.5-ton bridge cranes for fixed-wing bays and 0.75-ton bridge cranes for rotor-wing bays.
- Specialized systems such as oil water separators, separate oil and hazardous material storage areas, and a wash rack with a collective water recycling system.
- Advanced building systems: fire alarm/mass notification, fire suppression, energy management controls, advanced communications network, Intrusion Detection Systems (IDS), electronic access control, Energy Monitoring Control Systems (EMCS) connection, and a protected distribution system (PDS).
- Construction of a new hangar access apron, hangar parking apron, and associated airfield pavement lighting.
- Related sitework and utilities (electrical, water, gas, sanitary sewer, information system distribution).
- Incorporation of sustainable construction features to achieve LEED Silver certification.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Magnitude of Construction: Estimated between $50,000,000 and $100,000,000
- Set-Aside: Unrestricted
- NAICS Code: 236220 – Commercial and Institutional Building Construction (Size Standard: $45,000,000.00)
- Proposal Due: April 2, 2026, 4:00 PM ET
- Solicitation Issued (approx.): February 9, 2026
- Published Date: April 2, 2026
Evaluation & Eligibility
- Evaluation Process: Best Value Tradeoff (BVTO) source selection process.
- Project Labor Agreement (PLA): Requirements will apply.
- Registration: Offerors must be registered in the System for Award Management (SAM).
- Cybersecurity: Subject to Cybersecurity Maturity Model Certification (CMMC) requirements per DFARS 252.204-7021.
- Supplier Performance: Offerors must be registered and have the requisite certification with the Supplier Performance Risk System (SPRS).
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 checking https://sam.gov/ for any posted changes or amendments. For additional 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.