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
This is an Amendment (Amd 0006) to a Solicitation for the construction of a four-bay Aircraft Maintenance Hangar at Fort Bragg, North Carolina. The Department of the Army, W074 ENDIST WILMINGTON, is seeking proposals for this project, estimated between $50,000,000 and $100,000,000. This amendment specifically incorporates a revised USASOC SECURITY PROCEDURES GUIDE and does NOT extend the proposal due date of April 2, 2026.
Scope of Work
The project involves constructing a four-bay fixed and rotary wing aircraft operations and maintenance hangar, including 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 integrated. The facility will feature 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 will incorporate sustainable features to meet LEED Silver standards.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Magnitude: $50,000,000 to $100,000,000
- Set-Aside: Unrestricted
- NAICS Code: 236220 – Commercial and Institutional Building Construction (Size Standard: $45,000,000.00)
- Requirements: Project Labor Agreement (PLA), Cybersecurity Maturity Model Certification (CMMC) per DFARS 252.204-7021, and Supplier Performance Risk System (SPRS) registration/certification.
Submission & Evaluation
Proposals will be evaluated using the Best Value Tradeoff (BVTO) source selection process. The solicitation was expected to be issued electronically on or about February 9, 2026. Offerors must be registered in the System for Award Management (SAM).
Key Dates
- Proposal Due Date: April 2, 2026, 06:00 AM ET
- Published Date of Amendment: March 31, 2026
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. Primary Contact: Jason Smith (jason.s.smith2@usace.army.mil, 9102514424). Contracting Officer: John Hill (John.T.Hill@usace.army.mil, 9102514451).