Skip to content
Department of Defense

Facilities Sustainment Services (FSS)

Solicitation: PANAPG-26-P-0000-034606
Notice ID: d27fa106a1564a8e9215b3ca244fe563
TypeSources SoughtNAICS 561210PSCM1AADepartmentDepartment of DefenseAgencyDept Of The ArmyStateMDPostedApr 01, 2026, 12:00 AM UTCDueApr 07, 2026, 02:00 PM UTCCloses in 0 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Apr 07, 2026. Industry: NAICS 561210 • PSC M1AA.

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: PANAPG-26-P-0000-034606. 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
$850,641,864
Sector total $2,018,228,089 • Share 42.1%
Live
Median
$393,775
P10–P90
$94,588$3,211,534
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
42.1%
share
Momentum (last 3 vs prior 3 buckets)
-19%(-$90,579,342)
Deal sizing
$393,775 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 MD
Live POP
Place of performance
Aberdeen Proving Ground, Maryland • 21005 United States
State: MD
Contracting office
Aber Prov Grd, MD • 21005 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
MD20260115 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Maryland • Frederick
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
+78 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 78 more rate previews.
Davis-BaconBest fitstate match
MD20260115 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Frederick
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $34.41Fringe $14.49
+77 more occupation rates in this WD
Davis-Baconstate match
MD20260039 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Garrett
Rate
CARPENTER
Base $30.25Fringe $22.00
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $30.25Fringe $22.00
Rate
CEMENT MASON
Base $30.12Fringe $21.35
+74 more occupation rates in this WD
Davis-Baconstate match
MD20260122 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Queen Anne's
Rate
BALANCING TECHNICIAN
Base $32.00Fringe $8.29
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $27.00Fringe $7.22
+58 more occupation rates in this WD
Davis-Baconstate match
MD20260081 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Allegany
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $33.46Fringe $25.04
Rate
CARPENTER
Base $30.25Fringe $22.00
+54 more occupation rates in this WD

Point of Contact

Name
Tiffany N. Barnes
Email
tiffany.n.barnes4.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC-APG • W6QK ACC-APG DIR
Contracting Office Address
Aber Prov Grd, MD
21005 USA

More in NAICS 561210

Description

THIS ANNOUNCEMENT IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY. 

*****AMENDMENT ISSUED ON 1 APRIL 2026 TO ADD ANSWERS TO QUESTIONS RECEIVED*****

INTRODUCTION

This is a Request for Information (RFI) only, which, as part of market research, is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) subpart 15.201(e). The U.S. Army Test and Evaluation Command (ATEC) is seeking industry feedback and interest regarding Facility Sustainment Services requirement. The result of this market research will contribute to determining the acquisition strategy.

PROGRAM BACKGROUND

The Army Test and Evaluation Command (ATEC), Headquarters (HQ), Operational Evaluation Command (OEC), and Aberdeen Test Center (ATC), is seeking interested parties that are capable of providing Facilities Sustainment Services which include interior and exterior facility improvements, corrective and preventive maintenance, facility special projects including facility optimization, facility modifications, renovations, and minor improvements, site work, and manufacture of non-real property for the purpose of testing for all buildings located on Aberdeen Proving Ground (APG), MD, including the Edgewood Area and Churchville Test Site, as defined in the draft Performance Work Statement.

The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 561210 Facilities Support Services, and small business size standard for this NAICS code is $47M. The Product Service Code is M1AA Operation of Office Buildings.

REQUIRED CAPABILITIES

This service includes providing Facility Sustainment Services to all ATEC, HQ, OEC, and ATC’s buildings located on Aberdeen Proving Ground, including Edgewood Area and Churchville Test sites. The contractor shall provide all labor, materials, equipment, tools, quality control, inspections, and items necessary to provide to perform IAW the PWS.

Capability Statement

At a minimum, Interested Parties capability statements shall address the particulars of this effort, with appropriate documentation supporting claims of organizational and Key Personnel staff capability to include:

  1. Contact Information (including firm’s socioeconomic status), organization name, address, point-of-contact (POC) with email address and phone number, company website, CAGE Code, and the size and type of ownership for the organization. etc.
  2. The two (2) most recent contracts that provided similar Facility Sustainment Services for at least five (5) years. Include contract number, dollar value, how this work was similar in scope, and Contract POCs.
  3. Previous experience (whether as a prime contractor or subcontractor) on similar requirements (size, scope, complexity, government or commercial), pertinent certifications, and full ability to provide entire range of services detailed in the PWS.
  4. Recommendations to improve the Army's approach/specifications/draft PWS to acquiring the identified items/services.

Upon receiving responses, the Government will request the Customer’s assessment regarding each firm’s potential to fulfil our requirements as depicted in the draft PWS. Small businesses are strongly encouraged to respond.

Please return your response no later than 10:00AM EST on 7 April 2026 to Tiffany N. Barnes, tiffany.n.barnes4.civ@army.mil. If you have any questions related to this effort, please contact Ms. Barnes directly, via email. Questions are due at 11:59PM EST on 29 March 2026. This RFI will close at 10:00AM on 7 April 2026.

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.