Real Property Support Services III (RPSS III)
ID: W912DY25R0034Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2V6 USA ENG SPT CTR HUNTSVILREDSTONE ARSENAL, AL, 35898-0000, USA
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking industry feedback through a Request for Information (RFI) for the Real Property Support Services III (RPSS III) initiative. The objective of this RFI is to gather insights on identifying a more suitable North American Industry Classification System (NAICS) code that aligns with the scope of work for a potential Multiple Award Task Order Contract, transitioning from the current Single Award Task Order Contract under NAICS code 541611. The RPSS III contract aims to address deficiencies in maintaining accurate data within Real Property Systems, which is crucial for audit readiness and compliance, and includes services such as data maintenance, provision of Subject Matter Experts, and conducting analyses related to real property management. Interested parties are encouraged to submit their responses to the RFI by April 4, 2025, to the primary contact, Ines Corbett, at ines.d.corbett@usace.army.mil, or the secondary contact, Lashonda Smith, at lashonda.c.smith@usace.army.mil, with the subject line #W912DY25R0034.

    Files
    Title
    Posted
    The document outlines a Performance Work Statement (PWS) for a Multiple Award Task Order Contract (MATOC) aimed at providing Real Property Support Services to the Department of Defense (DoD), specifically managed by the U.S. Army Corps of Engineers (USACE). The contract addresses deficiencies in maintaining accurate data within Real Property Systems, which can result in audit failures and funding issues. Contract services include data maintenance in various Real Property systems, provision of Subject Matter Experts (SMEs) to support Garrison staff, and conducting standalone studies and analyses related to real property management. The PWS emphasizes the need for audit readiness, compliance support, IT systems expertise, and accurate field data validation. Contractors will be responsible for obtaining training and maintaining compliance with federal, state, and local laws. Potential work locations range from the contractor's office to various DoD sites, including overseas. The contract duration is set at a 24-month base period with three optional extensions. Key personnel, including a Program Manager and trained SMEs, must meet strict qualification standards, including knowledge of specific Real Property systems and relevant regulations. The document also covers safety, security, and reporting requirements to ensure compliance and effective performance management throughout the contract's duration.
    The U.S. Army Corps of Engineers is issuing a Request for Information (RFI) regarding the Real Property Support Services III (RPSS III) initiative, currently classified under NAICS code 541611 (Administrative Management and General Management Consulting Services). The objective is to gather industry feedback for potentially identifying a more suitable NAICS code to better align with the project scope, as the government considers transitioning from a Single Award Task Order Contract to a Multiple Award Task Order Contract. Respondents are requested to provide insights on how alternative codes, specifically 541990 or 561499, affect their ability to compete and qualify as total Small Business 8(a) contractors. The government aims to assess potential barriers to participation and gather suggestions for codes that ensure small business involvement while aligning with the required services. Inputs are to be submitted by April 4, 2025, and the RFI emphasizes that this is not a solicitation, and no reimbursement will be provided for responses. The intent is purely for market research to inform the final acquisition decision.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Facility Investment Services for 99th Readiness Division (RD), Region 5
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is conducting a Sources Sought Notice (W912BU26RA0R5) to identify qualified small businesses capable of providing Facility Investment Services (FIS) for the 99th Readiness Division, Region 5. The procurement aims to gather market research for preventive and corrective maintenance services, including sustainment, restoration, and modernization of building exteriors, structures, and interior systems such as HVAC, plumbing, and fire protection across Delaware, Maryland, and Eastern Virginia. This initiative is crucial for maintaining operational readiness and ensuring the longevity of facilities, with an anticipated contract duration of five years. Interested offerors must submit their capability statements and relevant past performance information by December 16, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil.
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for the Facilities Acquisitions for Restoration and Modernization (FARM) III program. The primary objective of this RFI is to gather insights on the government's acquisition strategy, particularly regarding the Highest Technically Rated Offeror (HTRO) source selection evaluation approach, and to discuss Joint Certification Program (JCP) certification requirements. This initiative is crucial for ensuring that the selected contractors possess the necessary technical capabilities and past performance to support Department of Defense installations effectively. Interested parties must submit their responses by 11:00 AM CST on December 19, 2025, via email to Robert Mosley and Andrew Waggoner, with proprietary information clearly marked.
    Facility Investment Services for 99th Readiness Division (RD), Region 4B
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is conducting a Sources Sought Notice (W912BU25RAR4B) to identify qualified small businesses capable of providing Facility Investment Services (FIS) for the 99th Readiness Division, Region 4B. The procurement aims to secure preventive and corrective maintenance services, focusing on sustainment, restoration, and modernization (SRM) of facilities, which includes extensive work on building exteriors, interior systems, and various maintenance and repair tasks. This initiative is crucial for maintaining operational readiness and ensuring the longevity of military infrastructure in Western Pennsylvania and Northern West Virginia. Interested firms must submit their capability statements, past performance, and business size classifications by December 16, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the Regional Multiple Award Construction Contracts (RMACC III), which will establish up to ten Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services across various regions in the United States. The contracts aim to fulfill a wide range of construction, maintenance, and repair needs for DHS facilities, with task order limits generally ranging from $2,000 to $20 million, and an anticipated aggregate capacity of $4 billion. These contracts will be set aside for specific small business socioeconomic programs, and the scope of work includes general construction, marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into early 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking information from potential contractors for a Firm-Fixed-Price contract to provide operation and maintenance (O&M) services, along with repair and minor construction, in support of the Defense Health Agency (DHA) Medical Research and Development Command (MRDC) at multiple locations. The contract will require 24/7 support for various medical, dental, pharmacy, and laboratory facilities, necessitating extensive knowledge of medical facility operations and compliance with Joint Commission standards. Interested contractors should note that this is a Sources Sought Notice for market research purposes only, with no solicitation currently available; responses are due by December 8, 2025, and inquiries can be directed to Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    Presolicitation Notice – Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI – RCDMS)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Rock Island District, is preparing to issue a Request for Proposals (RFP) for the Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI – RCDMS). This initiative aims to establish up to ten Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to provide rapid and comprehensive debris management and removal services in support of Federal disaster response efforts, particularly following natural and man-made disasters that exceed local capacities. The contracts will encompass a wide range of services, including debris collection, reduction, hauling, and management, with a total capacity of $37 billion over a five-year period. Interested contractors are encouraged to monitor SAM.gov for the formal RFP, anticipated to be released within the next 2–4 weeks, and must submit comments on the Draft RFP by December 12, 2025. For further inquiries, contact Christopher McCabe at christopher.a.mccabe@usace.army.mil or Brunson Grothus at brunson.e.grothus@usace.army.mil.
    Facility Investment Services for 99th Readiness Division (RD), Region 4A
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is seeking qualified small businesses to provide Facility Investment Services (FIS) for the 99th Readiness Division (RD), Region 4A. The procurement aims to identify contractors capable of performing Preventive Maintenance (PM) and Corrective Maintenance (CM) for various infrastructure sustainment, restoration, and modernization tasks across Western New York and Northwestern Pennsylvania. This initiative is crucial for maintaining the operational readiness of facilities, ensuring they remain in good working order through necessary maintenance and repair activities. Interested parties must submit their capability statements and relevant documentation by December 16, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil, with inquiries directed to either Tiffany or Cherita Williams at the provided contact details.
    Request for Information (RFI)-- Modular Protection System
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is conducting a Request for Information (RFI) to identify potential vendors capable of fabricating and delivering a Modular Protection System-Overhead Cover (MPS-OHC). The procurement involves the fabrication of one 5 ft x 60 ft steel section to be delivered to Vicksburg, MS, along with up to four 60 ft x 80 ft kits, including necessary accessories packaged in 20 ft ISO containers for delivery to Guam. This project is critical for enhancing operational capabilities and requires extensive steel fabrication expertise, including welding, plasma cutting, and assembly of various structural components. Interested vendors must submit their responses, including company information and capabilities, by 3:00 PM Central Standard Time on January 2, 2026, to Jennifer Hoben at Jennifer.Hoben@usace.army.mil and David Ammermann at David.G.Ammermann@usace.army.mil.
    Industry Feedback on NGC2 Emerging Architecture
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking industry feedback on the Next Generation Command and Control (NGC2) Emerging Architecture. This request for information (RFI) aims to gather insights on a multi-layer technology stack that supports Army operations, focusing on composability, data layer design patterns, and software deployment readiness within the NGC2 ecosystem. The initiative is critical for enhancing decision-making capabilities on the modern battlefield, emphasizing the need for innovative technical and business approaches. Interested parties must submit their responses via a designated form by December 22, 2025, and can contact MAJ Quentin Sica or William Wimbury for further information.
    Facility Investment Services for 99th Readiness Division (RD), Region 4C
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is seeking qualified small businesses to provide Facility Investment Services for the 99th Readiness Division, Region 4C. The procurement aims to identify capable firms for Preventive Maintenance (PM) and Corrective Maintenance (CM) services, which include maintenance and repair of building exteriors, interior systems, and various infrastructure components. This initiative is crucial for ensuring the sustainment, restoration, and modernization of facilities in West Virginia and Western Virginia, with an estimated five-year ordering period. Interested parties must submit their capability statements and relevant documentation by December 16, 2025, at 5:00 PM EST to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil, and all employees must meet specific security requirements.