Skip to content
Department of Defense

Ft. Stewart Base Operation Support Services - Amended

Solicitation: W5168W24R0018
Notice ID: 235c1ab5edc64618ad8f6cd179c74428
TypeSources SoughtNAICS 561210PSCM1AZSet-AsideSBADepartmentDepartment of DefenseAgencyDept Of The ArmyStateGAPostedFeb 03, 2026, 12:00 AM UTCDueFeb 02, 2024, 06:00 PM UTCExpired

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: GA. Response deadline: Feb 02, 2024. Industry: NAICS 561210 • PSC M1AZ.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W5168W24R0018. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 561210 (last 12 months), benchmarked to sector 56.

12-month awarded value
$545,328,315
Sector total $925,178,107 • Share 58.9%
Live
Median
$500,000
P10–P90
$137,622$11,328,016
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
58.9%
share
Momentum (last 3 vs prior 3 buckets)
+108866%($544,328,315)
Deal sizing
$500,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for GA
Live POP
Place of performance
Fort Stewart, Georgia • United States
State: GA
Contracting office
Fort Sam Houston, TX • 78234-0000 USA

Point of Contact

Name
Jonathon Hecker
Email
jonathon.r.hecker.civ@army.mil
Phone
Not available
Name
Sam Colton
Email
samuel.j.colton.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • MISSION INSTALLATION CONTRACTING COMMAND • FDO SAM HOUSTON • W6QM MICC-FDO FT SAM HOUSTON
Contracting Office Address
Fort Sam Houston, TX
78234-0000 USA

More in NAICS 561210

Description

Update 1 May 2024: Set-aside has not been determined. Market Research is still in progress. Solicitation release anticipated for end of August.

Update 1 June 2024: Set-aside has not been determined. Market Research is still in progress. Solicitation release anticipated for mid-September.

1 July 2024: Set-aside has not been determined. Market Research is still in progress. Solicitation release anticipated for mid-October.

1 August 2024: Set-aside has not been determined. Market Research is still in progress. Solicitation release anticipated for late October.

3 September 2024: Set-aside has not been determined. Market Research is still in progress. Solicitation release anticipated for early November.

3 October 2024: Set-aside has not been determined. Market Research is still in progress. Solicitation release anticipated for mid-December.

1 January 2025: Set-aside has not been determined. Market Research is still in progress. Solicitation release anticipated for mid-February or sooner. Note: NO RESPONSE REQUESTED OR REQUIRED ***Secondary Point of Contact is now: jonathon.r.hecker.civ@army.mil

6 February 2025: Market Research is in progress, nearing completion. After revisions and re-evaluation of the timeline, solicitation release is anticipated in the beginning of July, 2025. Note: NO RESPONSE REQUESTED OR REQUIRED

7 March 2025: Market Research is in progress. After revisions and re-evaluation of the timeline, solicitation release is anticipated in the beginning of August, 2025. Note: NO RESPONSE REQUESTED OR REQUIRED

8 April 2025: Market Research is nearing completion as well as several other prelimary steps. Solicitation release is still anticipated in August, 2025. Note: NO RESPONSE REQUESTED OR REQUIRED

7 May 2025: Market Research is in review. Solicitation release is still anticipated in August, 2025. Note: NO RESPONSE REQUESTED OR REQUIRED

June 2025: Set-aside has not been determined, but will be decided soon. An update will be posted when the set-aside is finalized. Solicitation release anticipated for end of August.

10 July 2025: Market Research is still in review. The draft solicitation release is anticipated in August, 2025. Note: NO RESPONSE REQUESTED OR REQUIRED

1 August 2025: Set-Aside Updated. The draft solicitation release is anticipated in September, 2025. Note: NO RESPONSE REQUESTED OR REQUIRED

4 September 2025: The solicitation release is anticipated to be posted in 30-60 days. Note: NO RESPONSE REQUESTED OR REQUIRED

24 November 2025: The solicitation release is anticipated to be posted in February 2026. Note: NO RESPONSE REQUESTED OR REQUIRED

05 January 2026: The solicitation release is anticipated to be posted in February 2026. Note: NO RESPONSE REQUESTED OR REQUIRED

03 February 2026: The solicitation release is anticipated to be posted in March 2026. Note: NO RESPONSE REQUESTED OR REQUIRED

-----------------------------------------------------------------------------------------------------------------------------------

SOURCES SOUGHT SYNOPSIS

Base Operation Support Services

THIS IS AN AMENDMENT TO THE ORIGINAL SSS POSTED ON 06/21/2023 UNDER NOTICE ID #W5168W23R0019 TO SAM.GOV. THIS AMENDMENT IS TO CLARIFY THAT THERE ARE THREE CONTRACTS BEING CONSIDERED FOR CONSOLIDATION INTO THE OVERALL BASOPS REQUIREMENT, WHICH WAS PREVIOUSLY IDENTIFIED IN THE DRAFT PWS POSTED UNDER NOTICE ID #W5168W23R0019.

This is a Sources Sought Synopsis (SSS) ONLY.  The United States (U.S.) Government desires to procure base operations (BASOPS) support services at the U.S. Army Garrison Fort Stewart, Liberty County, Georgia, limited to 100% SB set-aside or further set-aside for socioeconomic categories based upon market research, to identify their capabilities in meeting the requirement at a fair market price.

This notice is issued solely for information and planning purposes – it does not constitute a Request for Quotation (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.  This notice does not commit the U.S. Government to contract for any supply or service.  Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought synopsis.  The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.  Not responding to this notice does not preclude participation in any future RFQ, IFB, or RFP, if any is issued.  If a solicitation is released, it will be synopsized on the Government wide Point of Entry (GPE).  It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement.  The GPE is located at https://sam.gov.   

BACKGROUND:  A continuing need is anticipated for base operations support services at the U.S. Army Garrison Fort Stewart, Liberty County, Georgia.  Attached you will find the draft Performance Work Statement (PWS). This is a consolidation of three additional requirements into the overall BASOPS contract. All current contracts are identified in the paragraph below.

The Government currently contracts for these services under contract W9124M20D0001 (BASOPS), W9124M23P0089 (Scales Inspection and Maintenance), W9124M21P0040 (Elevator Maintenance and Repair) and W9124M20P0052 (Grease Traps).

The contractor shall provide quality base operation support services with flexible, efficient and cost effective service.  The services outlined encompasses the following: Unaccompanied Housing Services, Facilities Engineering Services Management, Solid Waste Management Services, Grounds Maintenance, Snow and Ice Removal, Facility Maintenance, Maintenance Surfaced and Unsurfaced, Pest Management Services, Scales Inspection and Maintenance, Grease Traps, and Elevator Maintenance and Repair.

The NAICS code assigned to this acquisition is 561210, Facilities Support Services, with a corresponding size standard of $47.0M.  The Contractor shall provide all supervision, labor, personnel, equipment, materials, and supplies, with the exception of Government Furnished Property (GFP), to perform activities that comprise base operations support services. 

PURPOSE OF THIS SOURCES SOUGHT:  To request information on capabilities of potential offerors to provide the services described herein.  

Electronic submissions only: Responses are due no later than 12:00pm CST on 2 February 2024 to facilitate planning and ensure maximum consideration.  The email attachments cannot exceed 9 megabytes (MB) due to the Government’s email system restrictions. DO NOT SEND ZIPPED files as the Government’s network will remove all zipped files.  

Interested businesses should provide a brief capability statement package (limited to no more than 30 pages, single spaced, and 12 font size minimum) demonstrating specific capability in reference to this requirement.  The Government prefers that your firm submits its response in Microsoft Word, Adobe Acrobat, or a combination of the two and the document(s) must be searchable.  

Include: Whether the experience has been as a prime contractor or subcontractor on similar requirements (include the services provided, the number of facilities involved, and any other relevant information you deem applicable).

Email the capability package to:

  • Robert Kersh - Contract Specialist at email: robert.e.kersh3.civ@army.mil 
  • Samuel Colton - Contracting Officer at email: samuel.j.colton.civ@army.mil

The email subject line should include: The Firm’s Name, “Response to the Sources Sought Synopsis for the BASOPS at Ft. Stewart”, W5168W24R0018.  

**Note: the location(s) and corresponding solicitation number that you are responding to must be identified on the subject line.  

In response to this sources sought, please provide:

1. A company’s profile must include: The name of the firm, point of contact, phone number, email address, number of employees, annual revenue history, CAGE code, and UEI (Unique Entity Identifier).  Respondents must also indicate small business certification status for example, Small Business (SB), Small Disadvantaged Business (SDB), 8(a), Economically Disadvantaged Woman Owned SB (EDWOSB), WOSB, HUBZone, or Service Disabled Veteran Owned SB (SDVOSB).  

2. Respond to: What fundamental tasks you believe need to be performed to successfully accomplish the base operation support services?  In essence, what primary tasks should be used for determining minimum capability to provide these services?  

3. Whether your firm is interested in competing for this requirement as a prime contractor.  If you are subcontracting any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement, please provide the name of these companies and what work they will be performing, if available. Please provide your company’s specific experience in base operation support services and providing comparable services.  Ensure the information is in sufficiently detailed regarding previous experience in managing base operation support services (indicate whether the experience has been as a prime contractor or subcontractor) on similar requirements (include the services provided, the number of facilities involved, and any other relevant information you deem applicable).  If applicable, please provide the same experience information from any subcontracts, Joint Venture, and/or teaming partners you may propose with.     

4.What percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors.  “Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (CLASS DEVIATION 2021-O0008): “Similarly situated entity” means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform.  An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside.

In addition, the Contractor agrees in performance of a contract for services, it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding certain other direct costs and certain work performed outside the United States, to subcontractors that are not similarly situated entities. “

5. Type(s)/certifications(s) of proposed subcontractors (for example, SDB, 8(a), HUBZone, SDVOSB, or WOSB).

6. Information on the financial capacity of your business to meet financial obligations (i.e.

payroll, payment of subcontractors, etc.).

7. How the Army can best structure these contract requirements to facilitate competition by and among small business concerns.

8. Identify any condition or action that may have the effect of unnecessarily restricting competition with respect to this acquisition.  Please contact the MICC Advocate for Competition, Scott Kukes at email:  scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition.  Include the subject of the acquisition, this announcement, and the MICC POC information from the notice on https://sam.gov.  Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.