ACC-APG, Tobyhanna Division FY26 Fair Opportunity
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 Army Contracting Command – Aberdeen Proving Ground (ACC-APG) Tobyhanna Division has issued a Special Notice to provide a Fair Opportunity forecast for Fiscal Year 2026 (FY26) competitive acquisitions. This notice, accompanied by monthly spreadsheets, serves as an informational planning tool for potential bidders to identify upcoming contract opportunities, their estimated values, and timelines.
Purpose & Scope
This Special Notice aims to improve communication with stakeholders by proactively posting updates on known competitive acquisitions for FY26. It is explicitly stated that this is NOT a Solicitation, Request for Proposal (RFP), or Request for Quote (RFQ). The information provided is for informational purposes only and is subject to change. Interested parties are advised not to submit formal proposals in response to this notice.
The accompanying spreadsheets (e.g., "FY26 May Fair Opportunity Spreadsheet.xlsx," "FY26 Apr Fair Opportunity Spreadsheet.xlsx") list various anticipated procurements, primarily for Tobyhanna Army Depot and the U.S. Army Communications & Electronics Command. These documents detail:
- Requiring Activity: The government entity issuing the requirement.
- Product/Service Description: Brief descriptions of goods or services needed (e.g., Leadership Training, Logistics Support, Building Roof Repair, Infrastructure upgrades, Maintenance and Repair Services, Specialized Equipment, Security Systems, Worldwide Field Support, Minor Construction).
- Contract Type/Vehicle: Anticipated contract structures (e.g., Firm-Fixed-Price, CPFF Term, Hybrid FFP/T&M, Blanket Purchase Agreement, RS3, GSA-FSS).
- Set-Aside: Indications of specific business categories (e.g., Small Business Set-Aside, Reserved for local construction MATOC holders, Reserved for GSA-FSS Schedule Holders Only, Set aside for Army CHESS SB contract holders).
- Estimated Value: Approximate dollar ranges, from $250K-$750K up to $500M-$600M.
- Estimated Period of Performance: Expected durations, often five years or "To be determined."
- Estimated Solicitation Release/Award Dates: Projected timelines for formal solicitations and awards, typically for FY26 Q3 and Q4.
- Procurement History: References to previous contract numbers.
- Contact Information: Contracting Officer names and emails for specific opportunities.
Relevance to Bidders
This notice and its attachments provide a forward-looking view of potential contracting actions. Bidders can leverage this information to:
- Identify requirements aligning with their capabilities.
- Track upcoming solicitations and plan business development efforts.
- Understand the scale, nature, and anticipated contract vehicles.
- Note specific set-aside designations to assess eligibility.
Important Notes
All projects and procurements are subject to cancellation. The Government will not reimburse for any feedback, questions, or documentation provided by industry. Interested parties should direct comments or questions to the points of contact specified in the opportunity of interest and avoid contacting the requiring activity directly to prevent potential organizational conflicts of interest.
Primary Contact: Jenny Croughn, jenny.a.croughn.civ@army.mil, 570-615-7232 Secondary Contact: Kellie Coar, kellieann.k.coar.civ@army.mil, 570-615-6439