Skip to content
Department of Defense

C5ISR Center Infrastructure Management Contract (C5IMC)

Solicitation: W56KGU26RC1MC
Notice ID: dd0565d192664235a54431111e4a88ec
TypeSolicitationNAICS 561210PSCAC15Set-AsideSDVOSBCDepartmentDepartment of DefenseAgencyDept Of The ArmyStateMDPostedFeb 05, 2026, 12:00 AM UTCDueFeb 12, 2026, 07:00 PM UTCExpired

Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Feb 12, 2026. Industry: NAICS 561210 • PSC AC15.

Market snapshot

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

12-month awarded value
$545,328,315
Sector total $923,693,753 • Share 59.0%
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.
59.0%
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 MD
Live POP
Place of performance
Aberdeen Proving Ground, Maryland • 21005 United States
State: MD
Contracting office
Aberdeen Proving Grou, MD • 21005-1846 USA

Point of Contact

Name
Amy L. Pancio
Email
amy.L.pancio.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
Contracting Office Address
Aberdeen Proving Grou, MD
21005-1846 USA

More in NAICS 561210

Description

NOTICE on 05 February 2026: The Contract Opportunity is publishing Amendment 1 to the RFP and adding Q&A from Industry.  No extension to the submittal deadline has been granted at this time.

NOTE: The Government intends to restrict this requirement to Service-Disabled Veteran Owned Small Businesses (SDVOSB) only. As such, it is only necessary that certified (SDVOSB) reply to this RFP.

Background: C5ISR is currently under contract for a wide range of operational and administrative support functions necessary for C5ISR Center to perform infrastructure related services, such as engineering studies and analysis; building automation system support; safety; security and environmental support. These efforts are currently provided through UNICOR, Federal Prison Industries, Inc. - DJU1460000135/15UC0C24D00001016 by the contractor M.C. Furhman and Associates (MCFA), CAGE Code 3XKQ6. The current requirement is being satisfied under FAR Part 12.6 for commercial items (North American Industry Classification System (NAICS) Code 561210; Small Business Size Standard: $47,000,000).The Government intends to use this information to issue a Firm Fixed Price (FFP) task under a contract awarded using “Best Value/Tradeoff” procedures in accordance with Far Part 15.101-1. The planned contract will provide operational and administrative support services to the C5ISR Center, for the total contract period will not exceed five (5) years. The labor-hour rates and purchased materials will be established as Firm Fixed Price (FFP). Security requirements for the basic contract will be as follows: Secret, Top Secret (TS), Sensitive Compartmented Information (SCI) and Communication Security (COMSEC).

Requirement Synopsis: Support services are required by C5ISR Center and its facilities located at Aberdeen Proving Ground, MD, Lakehurst, NJ, Fort Dix, NJ, Fort Belvoir, VA and various other CONUS locations as required. Services requirements include facilities, infrastructure, planning, environmental, operations and maintenance activities, engineering support services (including but not limited to master planning services, lab renovation support to include SCIF and Open Storage Secret, MEP and geothermal efficiency studies/analysis and alterations), Program and Project Management, ancillary DPW program support and tenant mission support. Experience with the performance of the above-described services on a multi-year, ongoing basis for multi-building campuses and multiple location sites of comparable size, mission, and scope to the C5ISR mission is required.

To gain access to the controlled attachment, your company/entity must be certified by the Joint Certification Program (JCP). Your entity/company’s Data Custodian requester (designated) on block 3A of the DD Form 2345 is the only authorized individual that can download the controlled attachment. Your entity/company is responsible for the protection of the controlled document after the download.

Please mark yourself as an interested vendor to ensure you receive any future updates to this announcement. 

If your entity/company is not pre-certified by the JCP, you will need to apply for certification by completing a DD Form 2345 and emailing it to jcp-admin@dla.mil. Detailed information regarding the JCP application procedures are available at the JCP website at https://www.dla.mil/Logistics-Operations/Services/JCP/. The Army Contracting Command (ACC) will not review the JCP application or issue the JCP certification. No exceptions will be made to vendors who are not certified in the JCP for the release of the controlled document. Please direct any questions regarding the JCP certification process to jcp-admin@dla.mil.

Access to the controlled attachments are granted through SAM after your JCP status has been verified. To request access to download the controlled attachment, click on the tab for “Attachment/Links, then click on the title of the controlled document. The correct role is a Contracting and Data Entry role. When you receive the pop-up window to request access, enter the reason for the request in the window, making sure to include your entity’s CAGE Code and JCP Certification Number then hit submit. Once the notice is submitted, the access status on the controlled document will change to “Pending”. The Access POC will review your request, granting access if requirements are met or reject for correction.

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.