C5ISR Center Infrastructure Management Contract (C5IMC)
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's C5ISR Center is soliciting proposals for the C5ISR Center Infrastructure Management Contract (C5IMC). This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside aims to secure operational and administrative support for infrastructure-related services across multiple CONUS locations. Proposals are due February 12, 2026.
Scope of Work
This contract requires comprehensive infrastructure management services, including facilities, planning, environmental, operations and maintenance, and engineering support. Specific engineering support includes master planning, lab renovation (SCIF and Open Storage Secret), MEP, and geothermal efficiency studies/analysis. The contractor will also provide Program and Project Management, ancillary DPW program support, and tenant mission support. Services will be performed at Aberdeen Proving Ground, MD, Lakehurst, NJ, Fort Dix, NJ, Fort Belvoir, VA, and other CONUS locations.
Contract & Timeline
- Type: Firm Fixed Price (FFP) task order, awarded using "Best Value/Tradeoff" procedures (FAR Part 15.101-1).
- Duration: Not to exceed five (5) years.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
- Proposal Due: February 12, 2026, by 7:00 PM EST.
- Published: February 5, 2026 (Amendment 1 and Q&A published).
- Security Requirements: Secret, Top Secret (TS), Sensitive Compartmented Information (SCI), and Communication Security (COMSEC).
Evaluation
Award will be based on "Best Value/Tradeoff" procedures. Bidders must demonstrate multi-year, ongoing experience with comparable multi-building campuses and multiple locations. The Past Performance Assessment Questionnaire (Attachment 0008) is critical for evaluation.
Key Requirements & Notes
Access to controlled attachments, including the official RFP, requires Joint Certification Program (JCP) certification. Bidders must complete a DD Form 2345 and email it to jcp-admin@dla.mil to obtain JCP certification. The C5ISR Center Visitor Request Form (Attachment 0005) is available for potential site visits, and the Security Clearance Validation Sheet (Attachment 0006) is used to confirm personnel clearances. An amendment (Amendment 1) and Q&A were published on February 5, 2026; the submittal deadline remains unchanged. Interested vendors should mark themselves as interested to receive updates.