Real Property Support Services III Draft Solicitation
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 Engineering and Support Center, Huntsville (CEHNC) has issued a DRAFT Solicitation for Real Property Support Services III (RPRSS III). This pre-solicitation notice indicates an intent to award a Third Generation (RPSS III) 8(a) Multiple Award Task Order Contract (MATOC). The purpose is to support Department of War (DOW) customers in maintaining accurate real property data, strengthening audit readiness, and ensuring reliable reporting. This is NOT A REQUEST FOR PROPOSAL (RFP); it is a draft for review and feedback. The response date for this draft notice is May 7, 2026.
Scope of Work
The RPSS III scope encompasses direct maintenance of data within the real property system of record, furnishing Subject Matter Experts (SMEs), and conducting standalone studies and analysis. These studies include requirements assessments, utility evaluations, environmental impact studies, and economic or financial analysis, all in accordance with the Performance Work Statement (PWS). Offerors will be required to provide all necessary resources, including personnel, equipment, supplies, facilities, transportation, tools, materials, and supervision for these non-personal services.
Contract & Timeline
- Type: Draft Solicitation for a Firm Fixed Price (FFP) 8(a) Multiple Award Task Order Contract (MATOC)
- NAICS Code: 541990, All Other Professional, Scientific, and Technical Services
- Set-Aside: Competitive 8(a) Small Business Set-Aside
- Duration: Proposed five-year ordering period, consisting of a 24-month base ordering period and one 36-month optional ordering period (IAW FAR 52.217-9)
- Performance Locations: Contiguous United States (CONUS) including Alaska, Hawaii, and its outlying areas, and Outside the Contiguous United States (OCONUS) locations such as Germany, Honduras, Italy, Japan, Kuwait, Kwajalein, Marshall Islands, Philippines, Poland, Qatar, Republic of Korea, Spain, and United Kingdom.
- Draft Response Due: May 7, 2026, 5:00 PM ET
- Published: April 23, 2026
Evaluation
CEHNC plans to issue a single solicitation to potentially award to all technically qualified offerors under this competitive 8(a) small business set-aside.
Additional Notes
This is a DRAFT Solicitation and NOT A REQUEST FOR PROPOSAL (RFP). All accompanying attachments are also in DRAFT form. This pre-solicitation synopsis does not constitute a solicitation. Interested parties should review the draft documents and provide feedback by the specified response date. The notice includes links to the PIEE Solicitation Module and related training/registration instructions.