Opportunity
SAM #PANAPG-26-P-0000-034606
US Army Facilities Sustainment Services at Aberdeen Proving Ground (10-Year IDIQ)
AMC ACC Accountable Contracting Officers
March 24, 2026
April 07, 2026
PANAPG-26-P-0000-034606
561210, 238220, 238210, 238350, 238320, 238140, 238130, 238160, 238310
This opportunity seeks industry input for a long-term Facilities Sustainment Services contract at Aberdeen Proving Ground (APG), Maryland, supporting the US Army Test and Evaluation Command (ATEC), including HQ, OEC, and ATC. - Government Buyer: - US Army Contracting Command (ACC), W6QK ACC-APG DIR, on behalf of ATEC, HQ, OEC, and ATC - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation - Products/Services Requested: - Facilities Sustainment Services for all ATEC buildings at APG, including Edgewood Area and Churchville Test Site - Interior and exterior facility improvements - Preventive and corrective maintenance - Facility special projects (optimization, modifications, renovations, minor improvements) - Site work - Manufacture of non-real property for testing purposes - Multi-trade services: carpentry, plumbing, electrical, HVAC, locksmith, fire alarms/suppression, glass/glazing, painting, masonry, dismantling, and related trades - Emergency response and strict adherence to quality control, safety, environmental, and security protocols - Unique or Notable Requirements: - Contractor must provide all labor, materials, equipment, tools, inspections, and quality control - Key personnel must meet specified qualifications - Respondents must submit capability statements detailing experience and recommendations for improving the Army's approach - NAICS code: 561210 (Facilities Support Services) - 10-year Firm Fixed Price IDIQ contract structure
Description
THIS ANNOUNCEMENT IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY.
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.