Field Sustainment Support Services (FSS)
ID: W56HZV24R0035-2Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW4GG HQ US ARMY TACOMDETROIT ARSENAL, MI, 48397-5000, USA

NAICS

Military Armored Vehicle, Tank, and Tank Component Manufacturing (336992)

PSC

MISCELLANEOUS VEHICULAR COMPONENTS (2590)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army TACOM, is seeking industry feedback for the upcoming Field Sustainment Support Services (FSS) contract, which will focus on providing Integrated Logistics Services for the Abrams Family of Vehicles. This five-year contract aims to deliver essential support including Field Service Representatives, vehicle maintenance, training, and program management, particularly for both domestic and international clients under Foreign Military Sales. The opportunity is significant for enhancing military operational readiness and sustainability, with an anticipated solicitation release in Spring 2025 and an industry day planned for May 2025 at Selfridge National Air Guard Base, Michigan. Interested parties are encouraged to submit their feedback to Jaclyn Beach at jaclyn.j.beach.civ@army.mil by April 16, 2025, to contribute to the development of the contract requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines detailed instructions for offerors responding to a Request for Proposals (RFP) related to labor and service contracting. The document includes guidance on completing the Government Format Pricing Model (GFPM) and providing direct labor rates validated by historical data. It emphasizes minimum qualifications for labor categories, requiring certifications from offerors to ensure compliance with education and experience mandates. The file is structured into several tabs addressing various requirements: "Minimum Qualifications," "Totals," "Ordering Periods," "DBA Insurance," "Prime/Subcontractor Ceiling Rates," and "CLINs." Each tab details specific inputs and calculations needed to establish pricing, labor categories, hours, and overall costs for defined ordering periods, including CONUS and OCONUS specifications. Offerors must include a breakdown of their proposed labor costs, including fully burdened labor rates and indirect expenses, along with ensuring small business participation is factored into the total contract amount. The document seeks to standardize proposals for evaluation while ensuring adequate compliance with Federal Acquisition Regulation (FAR) guidelines. The overall focus is on methodical submission processes for proposal development, labor categorization, and comprehensive cost accounting to facilitate government contract compliance and budget management.
    This document serves as a guideline for subcontractors participating in a federal government Request for Proposals (RFP). It outlines the completion process for the Government Format Pricing Model (GFPM-Subs), emphasizing the need for alignment with established rates and proper documentation of proposed labor rates, including historical costs and compliance with U.S. Government floor rates. Subcontractors must complete specified tabs such as "Subcontractor Labor Build," "Escalation," and "DBA Insurance," with specific instructions on acceptable modifications to pre-populated fields for labor rates and escalation percentages. In the "Labor Build" section, subcontractors are required to submit fully burdened labor rates for various labor categories assigned for work both CONUS (within the Continental United States) and OCONUS (outside the Continental United States). The document mandates the separate calculation and documentation of DBA (Defense Base Act) insurance costs, which cannot be included in proposed labor rates. Subcontractors must ensure all inputs correspond to the described categories and justify their calculations based on historical data or market surveys. The validation of rates and adherence to escalation guidelines is crucial for compliance in the competitive bidding process for government contracts.
    The Small Business Participation Factor Workbook serves as a guide for offerors participating in federal solicitations, specifically aimed at incorporating small business participation in contracts. The workbook includes sections for documenting details of both Other than Small Business (OTSB) and Small Business (SB) offerors, requiring the offerors to identify subcategories such as Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), and others. Each subsection allows for the entry of financial figures pertaining to contracts and subcontracts, emphasizing transparency in the allocation of funds to small businesses. The structure includes multiple lines for capturing substantial data, such as names, cities, CAGE codes, and contract dollars, alongside marking applicable small business categories. The workbook aims to promote the federal government’s commitment to fostering small business participation in procurement processes. The detailed requirements ensure that contractors recognize their obligations and opportunities for collaboration with small businesses, enhancing overall competition in government contracting. This document is crucial for compliance with federal regulations and for promoting socioeconomic objectives within federal procurement.
    The "Small Business Participation Factor Workbook Instructions" document outlines the guidelines for submitting proposals in federal solicitations, emphasizing small business participation. It features a workbook with four tabs: Cover Sheet, PS Tab, Roll-Up Tab, and Reports Tab, each serving a specific purpose in the proposal process. Definitions clarify terms such as prime contractors, subcontracts, affiliates, and various small business categories (e.g., Small Disadvantaged Businesses, Woman-Owned Small Businesses). The PS Tab details the requirements for reporting contract amounts, differentiating between large businesses and small business entities. It instructs offerors to accurately input data regarding contracts, subcontracts, and affiliations. The Roll-Up Tab aggregates and analyzes participating small business percentages and validates proposal accuracy. Additionally, the Reports Tab collects data on offerors' past compliance with small business subcontracting requirements. Offerors must include specific information from the past twelve months, reinforcing accountability in small business engagement. Overall, the document is a procedural guide aimed at promoting small business involvement in federal contracting, ensuring transparency, and enhancing competition in government procurement processes.
    The provided document outlines the submission requirements for an experience matrix related to a federal government Request for Proposal (RFP). It specifies the format and content that offerors must adhere to when submitting information for various considerations including Total Package Fielding and Deprocessing, New Equipment Training, General Maintenance, and MWO Installation. Each section requires essential details such as the Prime Contractor's name, address, CAGE code, contact information, and specific contract numbers along with period of performance. The document emphasizes that only information in highlighted yellow cells should be filled out and prohibits the embedding of additional attachments. The overarching purpose is to collect pertinent contractor experience data in a standardized format as part of the selection process for government contracts, thereby ensuring compliance with federal regulations outlined in FAR 2.101 and FAR 3.104. This adherence is critical for maintaining the integrity of the source selection process.
    The document is a solicitation for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on providing Abrams Integrated Logistics Services (AILS) for the Abrams Family of Vehicles. It is subject to Full and Open Competition, seeking proposals that demonstrate the best value to the government, emphasizing the importance of not just the lowest price. The contract entails multiple ordering periods and phases, with the contractor responsible for overseeing integrated logistics, maintenance, and training services both domestically (CONUS) and internationally (OCONUS). The proposal specifies detailed requirements for management, coordination, field service representatives, vehicle maintenance, training, and documentation, ensuring compliance with various regulations and standards. Key elements include performance metrics outlined in a Quality Assurance Surveillance Plan, contractor reporting obligations, and adherence to extensive operational and safety protocols. The contractor will facilitate vehicle de-processing, conduct modifications, and ensure timely response to government requests, with a structured approach to training and personnel qualifications vital to contract performance. Overall, the solicitation outlines comprehensive logistics and support services designed to enhance military operational effectiveness, ensuring readiness and sustainability of the Abrams fleet.
    The document outlines Solicitation Number W56HZV-24-R-0035 for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract regarding Abrams Integrated Logistics Services (AILS). This contract aims to support the Abrams Family of Vehicles through Full and Open Competition. It establishes essential terms including submission processes, proposal evaluations, and contract pricing structures. The contractor is responsible for providing logistics, maintenance, repair, and training services, catering to both domestic and international clients. Key responsibilities involve managing tasks under specific Task Orders (TOs), reporting requirements, and quality assurance measures. The contractor will support vehicle fielding activities, maintenance operations, and implement modifications as specified by the Army’s guidelines. Training programs will also be established to ensure proper execution of these services. Emphasis on performance metrics, travel for contractor personnel, and adherence to various Army regulations further guides compliance and operational efficiency. The document serves as a request for proposals, requiring interested parties to demonstrate capability and value through a source selection process, ultimately aiming for a single award that best meets government needs for logistics and support services.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    LSJ GSA Subject Matter Expert Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractor engineering services through a sole source procurement to support the Project Executive Office Ground Combat Systems (PEO GCS) Foreign Military Sales (FMS) group. The selected contractor, Ricardo Defense, Inc., will be responsible for establishing the framework of the Fair Share Sustainment Model (FSSM) for coalition partners, which includes documentation development, policy recommendations, and cost-sharing provisions as part of the Fair Share Sustainment Program Plan (FSSPP). This initiative is crucial for enhancing collaboration and support among international military partners. The contract was awarded on February 16, 2023, for a total amount of $409,845.38. For further inquiries, interested parties can contact Kevin O'Connor at kevin.w.oconnor4.civ@army.mil or Keri L. Skrobot at keri.l.skrobot.civ@army.mil.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services under the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS) initiative. The objective is to ensure that various training systems and equipment remain in a "ready-for-training" state across six locations, including Groton, CT, Norfolk, VA, Kings Bay, GA, Bangor, WA, San Diego, CA, and Pearl Harbor, HI. This contract, which will be awarded as a Cost Plus Fixed Fee Task Order, is critical for maintaining the operational readiness of submarine training devices and is expected to commence on June 1, 2026, with a total performance period of 60 months. Interested vendors must contact Ms. Valentina Walsh at valentina.p.walsh.civ@us.navy.mil for further details and to obtain necessary RFP attachments, with a pre-proposal conference scheduled for December 5, 2025, and an anticipated award date of April 24, 2026.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services and material support for the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS). This procurement aims to ensure that various submarine training systems and associated equipment remain in a 'ready-for-training' state across six locations, including Groton, CT, and Norfolk, VA, among others. The contract will span 60 months, starting with a two-month mobilization period, followed by a ten-month base year and four optional twelve-month periods, with contractor performance expected to commence on June 1, 2026. Interested parties should note the anticipated RFP release date of November 14, 2025, and contact Valentina Walsh at valentina.p.walsh.civ@us.navy.mil or Dean Deford at dean.p.deford.civ@us.navy.mil for further inquiries.
    Tube Launched Optically Tracked Wireless 2 Subsystem Engineering Services Pre-Solicitation Synopsis W31P4Q-25-R-0085
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit engineering services for the Tube Launched Optically Tracked Wireless 2 Subsystem (T2SS) in support of the Improved Bradley Fighting Vehicle (IBFV). This procurement aims to acquire non-commercial engineering and logistics services, including engineering, configuration management, Field Service Representative (FSR) support, logistics, fielding, and contractor repairs for the T2SS, which is a critical component of the TOW Missile systems. The anticipated contract, which will be awarded as a Cost-Plus-Fixed-Fee/Firm-Fixed Price agreement, is expected to cover the fiscal years 2027-2032, with the solicitation issue date around December 12, 2025, and a closing date of February 11, 2026. Interested parties may submit capability statements or proposals to the primary contacts, Staci Doss and Jacqueline Reaves, via their provided emails, although the contract is designated as sole source to Raytheon Company.
    Stryker Sustainment Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Stryker Sustainment Services under a Special Notice procurement. This opportunity involves specialized automotive repair services, focusing on the maintenance, repair, and rebuilding of vehicular equipment components, as indicated by the NAICS code 811114 and PSC code J025. The Stryker vehicles are critical to military operations, necessitating reliable and efficient sustainment services to ensure operational readiness. Interested parties can direct inquiries to Eric Driscoll at eric.j.driscoll3.civ@army.mil, with additional details and solicitation questions available in the attachments section.
    Operational Test Command, Base Test Support Services Follow-On
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Operational Test Command (OTC), is seeking qualified small businesses to provide Base Test Support Services (BTSS) through a follow-on contract. This procurement aims to secure logistics support, maintenance of Government Furnished Equipment (GFE), data management, and operational test event support, with the anticipated contract structured as a Single Award Indefinite Delivery, Indefinite Quantity (IDIQ) with a Cost-Plus-Fixed-Fee (CPFF) arrangement. The BTSS is crucial for ensuring effective operational testing and evaluation of military systems, with a projected performance period from October 1, 2026, to August 31, 2031. Interested parties are invited to a Virtual Industry Day on December 17, 2025, to learn more about the requirements, and must register by December 15, 2025, by contacting Avangela Ligons-Sutton at avangela.y.ligons-sutton.civ@army.mil or Ingrid Smith at ingrid.v.smith.civ@army.mil.
    Life Cycle Sustainment (LCS) for the M777A2 Medium Towed Howitzer REDACTED D&F
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the Life Cycle Sustainment (LCS) of the M777A2 Medium Towed Howitzer. This procurement aims to ensure the operational readiness and longevity of the howitzer, which is a critical asset in the U.S. Army's artillery capabilities. The opportunity is categorized under miscellaneous weapons, reflecting the importance of maintaining and supporting advanced military equipment. Interested parties can reach out to Michael J. Gomez at michael.j.gomez50.civ@mail.mil or Kristina Catalano at kristina.l.catalano.civ@army.mil for further details regarding the contract specifics and requirements.
    Vehicles Parts
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for an Indefinite Quantity Contract for various vehicle parts, specifically under solicitation number SPE7LX25R0078. The contract aims to provide DLA Direct replenishment coverage in support of military depots, with a base period of three years and two optional one-year extensions, totaling a potential five-year duration. The procurement includes multiple National Stock Numbers (NSNs) for parts kits and components essential for military vehicle maintenance, emphasizing the importance of these supplies for operational readiness. Interested small businesses are encouraged to participate, with a minimum annual small business participation requirement of 3% of the total contract value, and should contact Matthew Stein at Matthew.Stein@dla.mil or (445) 737-2692 for further details. The solicitation will be available online starting December 22, 2025.
    Sources Sought: ADR Vehicular Equipment Kits Survey_2025
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is conducting a Sources Sought Notice to gather information from potential vendors regarding the production of ADR Vehicular Equipment Kits. These kits are intended to include comprehensive repair tools, safety gear, replacement parts for various vehicle types, instruction manuals, and compliance materials necessary for European Union regulations. This procurement is crucial for ensuring the operational readiness and safety of military vehicles, with responses due by December 15, 2025, at 2:00 PM EST. Interested parties should contact Meika Cole at meika.j.cole.civ@army.mil or Diana Jones at diana.jones47.civ@army.mil for further details and to submit their capabilities and qualifications.
    CDS Sustainment FY32-37
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics Company for the CDS Sustainment effort from FY32 to FY37. This contract will provide integrated sustainment support for the Joint Reprogramming Enterprise (JRE), which includes maintaining mission equipment, software tools, and support personnel across various reprogramming labs for the U.S. Air Force, Navy, Marine Corps, and international partners. The work is critical for ensuring the operational readiness and effectiveness of the F-35 aircraft, with the contract expected to span five years, commencing in 2032. Interested parties may submit capability statements or proposals within 15 days of this notice, and inquiries can be directed to Austin Simoni at austin.simoni@jsf.mil or by phone at 757-803-4648.