U.S. ARMY RESERVE COMMAND (USARC) EQUIPMENT SUSTAINMENT – CONTRACTOR LOGISTICS SUPPORT
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 Reserve Command (USARC) is conducting market research through a Request for Information (RFI) for Contractor Logistics Support (CLS) services. This RFI seeks industry capabilities to support the final, estimated 18-month wind-down phase of the USARC mission, providing CLS for Commercial Off-the-Shelf (COTS) equipment. Responses are due May 4, 2026.
Purpose & Scope
This RFI is for market research only and does not constitute a solicitation or commitment for an award. The government seeks information on industry's capability to provide CLS services for USARC's COTS equipment, specifically for the Chemical, Biological, Radiological, Nuclear (CBRN) Response Enterprise Alpha (CRE-A) unit. The primary focus is on an orderly wind-down of operations while providing strategic support.
The draft Performance Work Statement (PWS) outlines a broad scope of CLS services, including:
- General equipment and supply chain support.
- Equipment repair, sustainment, maintenance, and disposition.
- Procurement of items, inventory management, calibration, and shipping.
- Storage of Government Furnished Property (GFP).
- New Equipment Training (NET) and provision of equipment Subject Matter Experts (SMEs).
- Technical insertions/refresh to equipment.
Information Sought
The government requests the following information:
- Capabilities Statement demonstrating ability to meet requirements in the draft PWS.
- Approach for determining cost-effectiveness of accepting capability gaps or retiring equipment versus replacement.
- Plan for providing a flexible workforce and logistical support for equipment disposition.
- Strategies for tailoring support during the wind-down to ensure final evaluation completion and maximize equipment recovery.
Place of Performance
The contractor will be required to provide an off-site facility, including 45,000 sq ft of environmentally controlled warehouse space and 10,000 sq ft of outside storage, located within a 25-mile drive of the Route 24 gate of Aberdeen Proving Ground - Edgewood Area, MD. Sustainment visits may also occur at various CONUS and OCONUS sites, as detailed in the draft PWS.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Estimated Duration: The RFI focuses on an estimated 18-month requirement for the mission wind-down. The draft PWS, however, outlines a potential contract structure of a base year plus two option years and a six-month option to extend services.
- Set-Aside: None specified. Respondents are asked to provide their company size and Small Business Status for market research purposes.
- Response Due: Monday, May 4, 2026, at 9:00 AM Eastern Standard Time.
- Published: April 16, 2026.
Submission Requirements
Responses must include a Capabilities Statement and a brief narrative addressing the government's inquiry questions. Submissions should be in Adobe PDF or Microsoft Word format and not exceed five (5) sheets when printed.
Contact Information
- Contracting Officer: Marc S. Lukaszewicz (marc.s.lukaszewicz.civ@army.mil)
- Contract Specialist: Winston E. Daniels (winston.e.daniels2.civ@army.mil)
Additional Notes
This RFI is for planning purposes only and does not commit the government to issue a solicitation or award a contract. No telephone calls will be accepted.