FACILITY SUPPORT SERVICES PREVENTIVE AND CORRECTIVE MAINTENANCE TRAINING PROGRAM CONTRACT
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
The Department of the Army, U.S. Army Corps of Engineers (USACE) Huntsville Center, is conducting market research through a Sources Sought Notice for a Facility Support Services Preventive and Corrective Maintenance Training Program Contract. This initiative aims to establish a comprehensive training and curriculum development program for Fuel Maintenance Service Representatives (FMSRs) globally, focusing on the Recurring Maintenance and Minor Repair (RMMR) Program. Responses are due by May 14, 2026, at 9 AM Central Time.
Purpose & Scope
The primary objective is to equip FMSRs with a thorough understanding of the RMMR Program, including responsibilities, processes, quality, and resources, to sustain fuel systems. The contractor will develop and deliver performance-based, results-oriented training via virtual platforms, accommodating global operations and various time zones. The curriculum will cover key elements, stakeholders, roles, Fuel Maintenance Repair Codes, Centrally Managed Programs, Installation Status Reports (ISRs), Initial Site Visits (ISVs), and Facility Maintenance Plans (FMPs). Training will detail complete preventive and corrective maintenance processes.
Anticipated Contract Details
- Contract Type: Sources Sought (Market Research)
- NAICS Code: 611430 - Professional and Management Development Training
- PSC Code: U008 – Education/Training – Training/Curriculum Development
- Period of Performance: One base year, four one-year option periods, and one six-month extension per FAR 52.217-8.
- Place of Performance: Global, with virtual training sessions conducted during local core hours (0900-1500, Monday-Friday, excluding Federal holidays).
Performance Standards & Requirements
The contractor's instructors must adhere to a Government-approved curriculum, with materials updated annually. Performance will be evaluated based on alignment with learning standards, course content delivery, accuracy, learner engagement, and assessment of learning outcomes. Special requirements include providing a Contract Project Manager (CPM), establishing a Quality Control Program (QCP), ensuring safety compliance, and adhering to security protocols (AT Level 1 Training, OPSEC, SAR, TARP). The contractor will also be responsible for providing necessary IT equipment and PPE.
Submission Requirements & Eligibility
Interested firms must submit a document addressing the Capabilities Questionnaire and their ability to perform the services outlined in the draft Performance Work Statement (Attachment 01). Submissions must be concise, in Times New Roman, font size 12, and compatible with Microsoft Word. Responses are sought from both small and other than small businesses to determine if the requirement can be set-aside for small businesses.
Key Dates & Contacts
- Response Deadline: May 14, 2026, at 9 AM Central Time
- Submission Email: Sharleene.D.Davidson@usace.army.mil and Darcy.a.hackler@usace.army.mil
- Published Date: April 27, 2026
- Primary Contact: Sharleene Davidson (sharleene.d.davidson@usace.army.mil, 256-895-2553)
Important Notes
This is a market research notice only and not a solicitation. The government will not reimburse for response preparation costs, nor will it provide replies or rank submittals. An official solicitation will be posted at a later date, and no industry day is anticipated.