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, USACE Wilmington District, is soliciting proposals for the construction of a four-bay Aircraft Maintenance Hangar (PN 93099) at Fort Bragg, North Carolina. This unrestricted Firm Fixed-Price (FFP) opportunity, estimated between $50,000,000 and $100,000,000, involves building a state-of-the-art facility for fixed and rotary wing aircraft operations and maintenance. Proposals are due March 26, 2026.
Scope of Work
This project entails the construction of a comprehensive four-bay hangar, including dedicated maintenance bays, administrative and operations spaces, tool and parts storage, and shop areas. Key features include specialized equipment such as 1.5-ton bridge cranes for fixed-wing bays and 0.75-ton cranes for rotor-wing bays, an oil/water separator, separate oil/hazardous material storage, and a wash rack with a collective water recycling system. 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 comprises a new hangar access apron, hangar parking apron, airfield pavement lighting, sitework, utilities (electrical, water, gas, sanitary sewer, information system), parking, access drives, roads, curb and gutter, sidewalks, and landscaping. The construction will adhere to sustainable features to achieve LEED Silver standards.
Contract & Timeline
- Type: Firm Fixed Price (FFP) Solicitation (Amendment 0003)
- 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)
- Proposal Due: March 26, 2026, 6:00 PM ET
- Latest Amendment Published: March 2, 2026
Evaluation & Eligibility
Award will be made using a Best Value Tradeoff (BVTO) source selection process. This opportunity is subject to Project Labor Agreement (PLA) requirements. Offerors must be registered in the System for Award Management (SAM) and comply with Cybersecurity Maturity Model Certification (CMMC) requirements per DFARS 252.204-7021. Additionally, offerors must be registered and possess the requisite certification with the Supplier Performance Risk System (SPRS). Amendment 0003 incorporates an Experience Data Sheet-Past Performance Questionnaire (PPQ), a Small Business Participation Plan, General Proposal Submission Instructions 2.27, and amended drawing list and specifications.
Additional Notes
All documents, including amendments, are available electronically via SAM.gov. Interested vendors are responsible for monitoring the website for any further changes or updates. Primary Contact: Jason Smith, Contract Specialist, jason.s.smith2@usace.army.mil, 910-251-4424. Contracting Officer: John T.C. Hill, John.T.Hill@usace.army.mil, 910-251-4451.