- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Commercial Range BPA
Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: NC. Response deadline: Feb 25, 2026. Industry: NAICS 561210 • PSC U006.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 561210 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 561210
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR Parts 12 and 13. This announcement constitutes the only solicitation; proposals are being requested in response to this notice.
The 419th Contracting Support Brigade (CSB) at Fort Bragg, NC intends to award a Multiple-Award Blanket Purchase Agreement (BPA) for Commercial Range Services in support of the Joint Innovation Outpost (JIOP).
This acquisition is issued as a 100% TOTAL SMALL BUSINESS SET-ASIDE. All offerors must be certified as a Small Business under NAICS code 561210 to be eligible for award. The primary place of performance for all services shall be at the contractor's own facility, which must be located within a 90-mile driving radius of the XVIII Airborne Corps Headquarters, Fort Bragg, NC.
The purpose of this BPA is to provide the U.S. Army’s Joint Innovation Outpost (JIOP) and other authorized users with a flexible and efficient vehicle to acquire access to a comprehensive suite of "turn-key" commercial training facilities and associated support services. Required services are detailed in the attached Performance Work Statement (PWS).
The Government intends to award multiple BPAs to all responsible small business offerors whose proposals are determined to be technically acceptable and whose prices are fair and reasonable. The anticipated period of performance is a one-year base period with four (4) one-year option periods.
NAICS Code: 561210 - Facilities Support Services ($47.0M Size Standard)
PSC Code: U006 - Vocational/Technical Training
Estimated Ceiling: The total estimated maximum value for all calls under all BPAs is $9,000,000.00 over the 5-year ordering period.
SUBMISSION INSTRUCTIONS: The full Request for Proposal (RFP) package, including the complete Performance Work Statement (PWS), specific proposal submission instructions (Section L), evaluation criteria (Section M), and BPA Pricing Table are attached to this notice. Offerors shall follow the instructions contained in the attached RFP package to prepare and submit their proposals. It is the responsibility of the offeror to monitor this posting for any amendments.
Proposal Closing Date & Time: February 25, 2026, 4:00 PM EST
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.