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
The U.S. Army Test and Evaluation Command (ATEC) is issuing a Request for Information (RFI) for Facilities Sustainment Services (FSS) at Aberdeen Proving Ground (APG), MD. This RFI is for market research purposes only, seeking industry feedback to inform the acquisition strategy for a potential future contract. Responses are due by 10:00 AM EST on April 7, 2026.
Scope of Interest
ATEC, including its Headquarters (HQ), Operational Evaluation Command (OEC), and Aberdeen Test Center (ATC), requires comprehensive facilities sustainment. Services include interior and exterior facility improvements, corrective and preventive maintenance, facility special projects (optimization, modifications, renovations, minor improvements), site work, and the manufacture of non-real property for testing. The scope encompasses renovation, sustainment, modernization, and enhancement of facilities, covering trades such as carpentry, plumbing, electrical, HVAC, roofing, locksmith services, fire alarms, and glasswork. Special projects may involve testing range improvements, logistics support, concrete/masonry, painting, electronic safety/security systems, and IT/communication installations. Work is limited to maintaining existing property, with exceptions for temporary testing structures.
Anticipated Contract Details
While this is an RFI, the draft Performance Work Statement (PWS) indicates an anticipated Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract with a ten-year ordering period (August 11, 2026, to August 10, 2036). The primary Place of Performance will be Aberdeen Proving Ground, MD, including the Edgewood Area and Churchville Test Site. The applicable NAICS code is 561210 (Facilities Support Services) with a $47M small business size standard, and the Product Service Code is M1AA (Operation of Office Buildings).
Required Capabilities & Information Sought
Interested parties should submit capability statements addressing organizational and Key Personnel staff capabilities. Submissions must include:
- Contact information, socioeconomic status, CAGE Code, and company ownership type.
- Details of two (2) most recent similar contracts (5+ years, dollar value, scope, POCs).
- Previous experience as a prime or subcontractor on similar requirements (size, scope, complexity, certifications, full service ability).
- Recommendations to improve the Army's approach/specifications/draft PWS. The PWS also outlines requirements for a Quality Control Plan, specific maintenance response times, key personnel (Program Manager, QA/QC Officer, Safety Officer), security compliance, mandatory training (AT Level I, OPSEC Level I, iWATCH), environmental compliance, and safety plans.
Response Details
This RFI is for planning purposes only and does not constitute a solicitation. Small businesses are strongly encouraged to respond. Responses must be submitted no later than 10:00 AM EST on April 7, 2026, to Tiffany N. Barnes at tiffany.n.barnes4.civ@army.mil. Questions regarding this effort are due by 11:59 PM EST on March 29, 2026.