- 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
Facilities Sustainment Services (FSS)
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Apr 07, 2026. Industry: NAICS 561210 • PSC M1AA.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 561210 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 78 more rate previews.↓
Point of Contact
Agency & Office
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:
- 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.
- 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.
- 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.
- 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.
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.