Skip to content
Department of Defense

IMCOM-E Custodial MATOC

Solicitation: W564KV-24-R-0069
Notice ID: fb445bcbdb264071ab0f6fffd9938eff
TypeCombined Synopsis SolicitationNAICS 561720PSCS201DepartmentDepartment of DefenseAgencyDept Of The ArmyPostedMar 19, 2026, 12:00 AM UTCDueApr 21, 2026, 08:00 AM UTCCloses in 32 days

Combined Synopsis Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: Kaiserslautern, Rhineland-Palatinate • Germany. Response deadline: Apr 21, 2026. Industry: NAICS 561720 • PSC S201.

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: W564KV-24-R-0069. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 561720 (last 12 months), benchmarked to sector 56.

12-month awarded value
$54,834,522
Sector total $1,596,964,083 • Share 3.4%
Live
Median
$117,600
P10–P90
$23,948$554,264
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
3.4%
share
Momentum (last 3 vs prior 3 buckets)
+1498%($48,376,712)
Deal sizing
$117,600 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 →
Live POP
Place of performance
Kaiserslautern, Rhineland-Palatinate • Germany
Contracting office
Apo, AE • 09227 USA

Applicable Wage Determinations

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

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Kathryn Cortes
Email
kathryn.r.cortes.civ@army.mil
Phone
496111435426855
Name
Kila Lindstrom
Email
kila.k.lindstrom.civ@army.mil
Phone
4906111435426893

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-OO • 409TH CSB • 0409 AQ HQ CONTRACT
Contracting Office Address
Apo, AE
09227 USA

More in NAICS 561720

Description

Amendment 0001 announces an on-ramping initiation to expand the vendor pool for the IMCOM-E Custodial Multiple Award Task Order Contract(MATOC). The Government is soliciting proposals solely from new, interested vendors. Companies already in the vendor pool are instructed not to submit a proposal, as any such submissions will not be evaluated. The on-ramping of new vendors will take place in Ordering Period 2.

The Installation Management Command-Europe (IMCOM-E) has a continuing requirement for procurement of commercial custodial services throughout U.S. Army Garrisons (USAGs) in Germany and installations within the European Theater. IMCOM-E has responsibility for all Army installations (temporary and permanent) within the theater.  The custodial services being requested are across a dispersed geographic area. The footprint of areas and locations provides an additional level of difficulty for the assigned contractor(s).  These areas include: USAG Rhineland-Pfalz, USAG Wiesbaden, USAG Stuttgart, USAG Bavaria, Belgium and Luxembourg (Benelux), Black Sea (Bulgaria and Romania) and additional outlying areas as the need arises.

This is a combined synopsis/solicitation for commercial items set for full and open competition, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

All proposals received by 21 April 2026 10:00 AM Central European Summer Time (CEST) will be considered by the Government. The combined synopsis/solicitation number is W564KV-24-R-0069 and it is issued as a Request for Proposal.

Email proposals to: Kathryn.r.cortes.civ@army.mil  and owen.g.ridenour.civ@army.mil and kila.k.lindstrom.civ@army.mil

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-06, DFARS Publication Notice 20240815 and CD 2024-O0013, Revision 1. Only emailed requests received directly from the offerors are acceptable. NAICS code is 561720, Custodial/Janitorial Services, with a small business size standard of $22.0 Million.

Additional Information:

1. Offerors must register with the Wide Area Workflow (WAWF).  Payment will be made by electronic funds transfer through Defense Finance and Accounting Service (DFAS).  The offeror that is awarded the contract must follow the instructions required for electronic submission of invoices on WAWF https://wawf.eb.mil.

2. System for Award Management (SAM) Registration is required in order for an offeror to receive a Government contract, as such, interested offerors are highly encouraged to register.  For more information on this requirement, please visit https://www.sam.gov.    If you were registered in CCR and ORCA, your organization’s information is already in SAM.  However, you are required to set up a SAM account and migrate your CCR roles. 

3. Fill out FAR clause 52.212-3 (Offeror Representations and Certifications) or reference to electronic copy of Representation and Certifications on the System for Award Management website (https://www.sam.gov).

4.  Submission requirements for all offerors are identified by addendum on FAR Provision 52.212-1. Offeror is directed to pay special attention to FAR Clause 52.212-1 and 52.212-2 when submitting proposal.

5. The clause at 52.212-4 (and any addenda to this clause), Contract terms and Conditions, Commercial Products and Commercial Services, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition.

6.  Offers will be evaluated as identified in FAR Clause 52.212-2, incorporated into this solicitation.

7. PROPOSALS MUST INCLUDE OFFEROR’S CAGE CODE NUMBER.  This will be used to generate the Supplier Performance Risk System (SPRS) report.

8. Questions must be submitted within 10 Calander days of this posting. Questions must be submitted to the points of contacts listed below.

9.  Points of contact:

Contract Specialist:  Kathryn Cortes, kathryn.r.cortes.civ@army.mil, +49 06111435426855

Contract Specialist:  Owen Ridenour, owen.g.ridenour.civ@army.mil, +49 06111435426827

Contracting Officer: Kila Lindstrom, Kila.k.Lindstrom.civ@army.mil, +49 06111435426893

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.