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, has issued an amendment (Amd 0005) to the solicitation for PN 93099 Aircraft Maintenance Hangar at Fort Bragg, North Carolina. This amendment adds General Proposal Submission Instructions and Specifications in response to bidder inquiries. The proposal due date of April 2, 2026, is NOT extended by this amendment. This is an unrestricted solicitation for a Firm Fixed Price (FFP) contract with an estimated magnitude of $50,000,000 to $100,000,000.
Scope of Work
This project involves the construction of a four-bay fixed and rotary wing aircraft operations and maintenance hangar. Key features include maintenance bays, administrative and operations space, tool and parts storage, and shop space. Specialized systems such as 1.5-ton bridge cranes for fixed-wing bays, 0.75-ton bridge cranes for rotor-wing bays, oil/water separators, separate oil/hazardous material storage, and a wash rack with a collective water recycling system are required. The facility will integrate 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). 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 Details
- 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)
- Evaluation: Best Value Tradeoff (BVTO) source selection process
- Requirements: Project Labor Agreement (PLA) requirements apply. Offerors must be registered in SAM, comply with Cybersecurity Maturity Model Certification (CMMC) per DFARS 252.204-7021, and be registered with requisite certification in the Supplier Performance Risk System (SPRS).
Submission & Timeline
- Proposal Due Date: April 2, 2026 (NOT extended by this amendment)
- Published Date: March 27, 2026 (Amendment 0005)
- Solicitation Issued: On or about February 9, 2026 (electronically)
Contact Information
- Primary: Jason Smith, Contract Specialist (jason.s.smith2@usace.army.mil, 910-251-4424)
- Secondary: John Hill, Contracting Officer (John.T.Hill@usace.army.mil, 910-251-4451)