- 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
Presolicitation Notice for Mini-Total Maintenance Contract Bridge
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: Germershiem_Gruenstadt, Rhineland-Palatinate • Germany. Response deadline: Mar 20, 2026. Industry: NAICS 561210 • PSC Z2AA.
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.
Point of Contact
Agency & Office
More in NAICS 561210
Description
THIS REQUEST FOR INFORMATION (RFI) IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS DESCRIPTION IS STRICTLY VOLUNTARY.
1. AGENCY: United States Army 409th Contracting Support Brigade (409th CSB), Theater Contracting Command (TCC)
2. PSC: Z2AA Repair or Alteration of Office Buildings
3. PLACE OF PERFORMANCE: Germersheim_Greunstadt DE-RP DEU
4. ACQUISITION INFORMATION:
The U.S. Army, 409th CSB, Unit 23163, APO AE 09227, intends to award a sole source action for the continuation of contract services for Facility Maintenance and Repairs in support of the USAG-RP installations of Germersheim Army Depot (GAD), AAFES Gruenstadt Depot, and Coleman Worksite. This RFI is issued to meet the requirements in DFARS 206.302-1(d), and DFARS Procedures, Guidance and Information (PGI) 206.302-1(d). Contract services are currently performed under the Mini Total Maintenance Contract (MTMC) for USAG-RP, W564KV-25-D-2001.
Contract services include operations, maintenance and repair of real property, and maintenance and repair of installed building equipment (IBE) and equipment-in-place (EIP). The contract covers the USAG-RP installations of GAD, AAFES Gruenstadt Depot, and Coleman Worksite. Estimated value of the MTMC sole source action is $7M and the ordering period is a base period of seven (7) months. This sole source action allows the Government sufficient time to complete the follow-on contract.
Proposed contractor information:
Elektro-Krück-GmbH
Ferdinand-Porche-Strasse 19
67269 Grünstadt
Germany
Unique Entity ID: MJMTVQ571MF3
Registration Expires: 12 July 2026
5. BACKGROUND:
The incumbent contract, W564KV-25-D-2001, was awarded as an Indefinite Delivery Indefinite Quantity (IDIQ) contract that expires on 31 March 2026. The purpose of this bridge contract is to provide for the continuity of services for facility maintenance and engineering services for USAG-RP. On 30 December 2025 TCC awarded contract that includes this scope of work and that award is currently under protest with the Court of Federal Claims (COFC). The COFC bid protest halted the transition from the incumbent contractor, Vectrus Federal Services GmbH (Vectrus), to the new contractor. The award of a bridge contract under this J&A is necessary to provide continued facility and engineering services and ensure quality life, health, and safety within US Army facilities after 1 April 2026.
6. SUBMISSION REQUIREMENTS:
The anticipated sole source action will be in accordance with FAR 6.302-1. As previously stated, this RFI is issued to meet the requirements in DFARS 206.302-1(d), and DFARS PGI 206.302-1(d). This RFI is not a request for competitive proposals, however, responsible sources who submit a capability statement or proposal within 5 calendar days after the publication date of this RFI will be considered by the Agency. A determination by the Government to compete this contract requirement based upon responses to this RFI is solely within the discretion of the Government.
It is a notice to determine if a comparable source exists and outlines the Government’s intent to contract on a sole source basis. Interested sources shall submit their written capabilities to execute the requirements above and include their plan to start work by 1 April 2026. Written response to this notice must show clear and convincing evidence that competition would be advantageous to the Government and can avoid a break in service for the Mini Total Maintenance Contract.
All responses shall include Company Name, Company Address, Company Business Size, and Points of Contact including name, phone number, and e-mail address. Detailed written capabilities must be submitted by email to Thomas.R.Guyer.civ@army.mil and lisa.childs,civ@army.mil an electronic format that is compatible with Microsoft Office 2016 applications (MS Word), no later than 4 p.m. Pacific Daylight Time (PDT) on 20 Mar 2026. Verbal submissions via phone will not be honored. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.
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.