Skip to content
Department of Defense

Commercial Range BPA

Solicitation: W51H7226AA001
Notice ID: a888674b8a9541e2a8bb32b0333d189a
TypeSources SoughtNAICS 541715PSCX1FBSet-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The ArmyStateNCPostedJan 28, 2026, 12:00 AM UTCDueFeb 06, 2026, 09:00 PM UTCExpired

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: NC. Response deadline: Feb 06, 2026. Industry: NAICS 541715 • PSC X1FB.

Market snapshot

Awarded-market signal for NAICS 541715 (last 12 months), benchmarked to sector 54.

12-month awarded value
$4,781,009,642
Sector total $5,796,258,355,399 • Share 0.1%
Live
Median
$1,315,390
P10–P90
$383,920$6,948,110
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+39126%($4,756,695,042)
Deal sizing
$1,315,390 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for NC
Live POP
Place of performance
Fort Bragg, North Carolina • 28310 United States
State: NC
Contracting office
Fort Bragg, NC • 28310 USA

Point of Contact

Name
Cameron Wade
Email
cameron.r.wade.mil@army.mil
Phone
910-908-4674
Name
Vickie Brown
Email
vickie.l.brown44.mil@army.mil
Phone
910-396-1078

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • MISSION INSTALLATION CONTRACTING COMMAND • 419TH CSB • 0419 AQ HQ CONTRACTING SUP
Contracting Office Address
Fort Bragg, NC
28310 USA

More in NAICS 541715

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 the Scope of the attached SOO. 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.brown44.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.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.