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 Solicitation PN 93099 for the construction of an Aircraft Maintenance Hangar at Fort Bragg, NC. This amendment (0004) clarifies option exercise, updates proposal instructions and plans/specifications, and extends the proposal submission deadline to April 2, 2026.
Scope of Work
The project entails constructing a four-bay fixed and rotary wing aircraft operations and maintenance hangar. This includes 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 will be installed. The facility will integrate 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. Construction will incorporate sustainable features to meet LEED Silver standards.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Magnitude: 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) will apply. Offerors must be registered in SAM, subject to Cybersecurity Maturity Model Certification (CMMC) per DFARS 252.204-7021, and registered with requisite certification in the Supplier Performance Risk System (SPRS).
Amendment Details (Amendment 0004, published March 21, 2026)
- Clarifies the exercise of Options 7-9 (CLINs 0008-0010) within 900 days after Notice to Proceed (NTP).
- Updates General Proposal Instructions based on Projnet Inquiries.
- Updates Plans and Specifications based on Projnet Inquiries.
- Extends the submission date for proposals.
- Reopens ProjNet Bidder Inquiry, closing on March 24, 2026.
- Attachments are located in PIEE under Amendment 0004, posted March 17, 2026.
Submission & Contact
Proposals are due by April 2, 2026, at 6:00 PM ET. Offerors are responsible for checking SAM.gov for any posted changes or amendments. Primary Contact: Jason Smith, Contract Specialist (jason.s.smith2@usace.army.mil, 910-251-4424). Secondary Contact: John Hill, Contracting Officer (John.T.Hill@usace.army.mil, 910-251-4451).