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 respo…
Classification
Place of Performance
Contracting Office
Contacts
Attachments (2)