Facilities Sustainment Services (FSS)
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 a Request for Information (RFI) from the U.S. Army Test and Evaluation Command (ATEC) seeking industry feedback for Facilities Sustainment Services (FSS) at Aberdeen Proving Ground (APG), MD. The services include comprehensive facility improvements, maintenance, and special projects. This RFI is for market research to determine the acquisition strategy, including potential set-asides. Responses are due by April 7, 2026, at 10:00 AM EST.
Scope of Work
The requirement covers interior and exterior facility improvements, corrective and preventive maintenance, facility special projects (optimization, modifications, renovations, minor improvements), site work, and manufacture of non-real property for testing purposes. Services are for all ATEC, HQ, OEC, and ATC buildings located on APG, MD, including the Edgewood Area and Churchville Test Site. This includes renovation, sustainment, modernization, and enhancement of facilities, covering trades like carpentry, plumbing, electrical, HVAC, roofing, locksmith, fire alarms, glass, dismantling, and specialized equipment installation. The work is limited to maintaining existing property, excluding new permanent structures (except temporary testing structures).
Contract & Timeline
- Type: Request for Information (RFI) for market research. The anticipated contract type is a Firm Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ).
- Ordering Period: Ten (10) years, from August 11, 2026, to August 10, 2036.
- Estimated Value: Current yearly estimates are $9-10M, with an anticipated maximum ceiling value not to exceed $99.2M over the 10-year ordering period.
- NAICS: 561210 Facilities Support Services (Small Business Size Standard: $47M).
- Set-Aside: Not yet determined; this RFI will inform the decision on whether it will be set aside for small businesses or proceed as full-and-open competition.
- Questions Due: March 29, 2026, 11:59 PM EST.
- Response Due: April 7, 2026, 10:00 AM EST.
- Published: April 1, 2026 (Amendment with Q&A).
Key Requirements
Interested parties should submit capability statements addressing:
- Contact information, socioeconomic status, CAGE Code, and ownership type.
- Two most recent contracts for similar FSS (at least 5 years, scope, dollar value, POCs).
- Previous experience (prime/sub) on similar requirements, pertinent certifications, and ability to provide full range of services.
- Recommendations to improve the Army's approach/PWS.
- Key personnel (Program Manager, QA/QC Officer, Safety Officer) with specific qualifications.
- Compliance with installation access, identification, security requirements, and background checks.
- Required training: Anti-Terrorism (AT) Level I, OPSEC Level I, and iWATCH.
- Adherence to environmental compliance and safety regulations (AR 385-10, EM 385-1-1, OSHA).
- Contractor must maintain a Quality Control Plan (QCP) and submit monthly reports.
Additional Notes
This RFI is for planning purposes only and does not constitute a solicitation. The government will use responses to determine the acquisition strategy. Small businesses are strongly encouraged to respond. A site visit is a possibility.