Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 29, 2026 SAM #8830
SOURCES SOUGHT

X -- Commercial Range BPA

Notice Date
1/27/2026 6:02:38 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
0419 AQ HQ CONTRACTING SUP FORT BRAGG NC 28310 USA
 
ZIP Code
28310
 
Solicitation Number
W51H7226AA001
 
Response Due
2/6/2026 1:00:00 PM
 
Archive Date
02/21/2026
 
Point of Contact
Cameron Wade, Phone: 910-908-4674, Vickie Brown, Phone: 910-396-1078
 
E-Mail Address
cameron.r.wade.mil@army.mil, vickie.l.brown.mil@army.mil
(cameron.r.wade.mil@army.mil, vickie.l.brown.mil@army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This is a Sources Sought notice for market research purposes only. This is not a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified businesses to provide commercial range services in support of the Joint Innovation Outpost at Fort Bragg, NC. The Government anticipates establishing a multi-award Blanket Purchase Agreement (BPA) for these services. The Government requires a contractor to provide all necessary personnel, equipment, supplies, and facilities to operate and maintain a commercial range for training, testing, evaluation, and demonstration purposes. The scope includes providing access to various range types, such as small arms ranges, C-sUAS, explosive ordnance disposal (EOD) ranges, and tactical training areas. The contractor will be responsible for all aspects of range safety and management, ensuring a safe, reliable, and well-maintained facility for government use. Key requirements include: High Availability: The range must be available for government use during scheduled dates and times, including potential extended hours. Support Flexible Operations: Accommodate a dynamic and flexible training schedule, potentially including ""no-notice"" or short-notice requirements typical of the special operations environment. Safety: The contractor must enforce all applicable firearm safety rules and have a certified Range Safety Officer (RSO) present during all live-fire activities. Maintenance: All facilities, target systems, and equipment must be maintained in a clean and fully operational condition. Qualified Personnel: Staff must be professional, qualified, and hold current, recognized certifications (e.g., NRA). Environmental Compliance: The contractor must adhere to all federal, state, and local environmental laws, with a focus on lead management and projectile containment. Requested Information Interested parties are requested to submit a capability statement that addresses the following items. Please limit your response to no more than ten (10) pages: Company Information: Company Name, Address, CAGE Code, and Unique Entity ID (UEI) Point of Contact: Name, Title, Phone Number, and Email Address of a primary point of contact Business Size: Identify your business size and any socioeconomic categories (e.g., Small Business, SDVOSB, WOSB, HUBZone, 8(a)). Capability Statement: A brief description of your company's capabilities to meet the requirements outlined in Section 2.0. Detail your approach to range management, safety, and quality control Facility Information: Describe your range facility, including its location relative to Fort Bragg, the types of ranges available, number of lanes, maximum caliber allowed, and any special capabilities (e.g., EOD pits, tactical training areas) Past Performance: Provide up to three (3) examples of similar services provided to government or commercial clients within the last three years. Include the client name, period of performance, and a brief description of the work. After reviewing the attached SOO (Attachment 1), please provide one of the following: Option A: Proposed Performance Work Statement (PWS) Submit a draft PWS that your company believes would effectively meet the Government's objectives. The proposed PWS should detail the tasks, standards, and deliverables you recommend for successful contract execution. OR Option B: Comments and Recommendations Provide detailed comments, questions, and recommendations on the SOO. Identify any areas of ambiguity, risk, or concern. Feedback on performance standards, industry best practices, and alternative approaches is highly encouraged. Submission Instructions Due Date: Responses are due no later than February 6, 2026, 4:00 PM EST. Format: Please submit your response in PDF format. Email: Submit responses to SFC Cameron R. Wade, cameron.r.wade.mil@army.mil with a courtesy copy to MAJ Vickie L. Brown, vickie.l.brown.mil@army.mil with the subject line: ""Sources Sought Response: FY26-FY31 Commercial Range Services BPA at Fort Bragg"". Disclaimer This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7872431c9e35419fa596aa9412bc0c6e/view)
 
Place of Performance
Address: Fort Bragg, NC 28310, USA
Zip Code: 28310
Country: USA
 
Record
SN07698364-F 20260129/260127230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.