Germany to USA market entry 2026 guide.
Cornerstone guide for German Mittelstand and DAX-listed operators entering the US in 2026.
Read the guide →Published 03 May 2026 · Global Marketing Agency
The first decision is which procurement architecture the firm is targeting. US federal procurement and US commercial procurement are different machinery, with different registration requirements, different evaluation criteria, and different commercial cadence. Most German Mittelstand firms touch both over time. Many German Mittelstand firms over-resource one and under-resource the other in the first 18 months of US activity.
US federal procurement is governed by the Federal Acquisition Regulation (FAR, codified at 48 CFR Chapter 1), with agency-specific supplements, the most material being the Defense Federal Acquisition Regulation Supplement (DFARS, 48 CFR Chapter 2) for Department of Defense contracts. The contracting officer (CO) is a regulated role under FAR 1.602, source selection follows FAR Part 15 for negotiated procurement or FAR Part 14 for sealed bidding, and the responsibility determination under FAR Part 9 governs whether a contract can be awarded. Federal procurement requires SAM.gov registration, a UEI, a CAGE or NCAGE code, NAICS code mapping, and representations and certifications under FAR 52.204-8 and adjacent clauses. The federal-procurement reader is a contracting officer or contracting specialist whose decision-making is constrained by regulation, by source-selection-plan documentation, and by competition-in-contracting-act tests under 41 USC 3301.
US commercial enterprise procurement is dollar-larger but unregulated by the FAR. Fortune 500 and Global 2000 procurement organisations use category-management approaches, supplier-relationship-management platforms (Coupa, SAP Ariba, Jaggaer, Ivalua, GEP, Workday Strategic Sourcing), e-sourcing tools, reverse auctions, and supplier-portal onboarding. The German firm competing for a Walmart logistics contract, a Procter & Gamble packaging-materials award, an Apple-component supply spot, or a UnitedHealth Group enterprise SaaS contract is competing on commercial terms, US past performance, US service footprint, and US-side risk allocation. The procurement reader is a category manager, a strategic-sourcing director, or a vice president of procurement, whose decision-making is constrained by internal category strategy, supplier-diversity targets, and total-cost-of-ownership analysis.
US OEM tier-1 and tier-2 procurement, US healthcare-system procurement, and US infrastructure-prime procurement each layer additional architecture-specific machinery on top. The German Mittelstand firm whose target is the Detroit Three or Tesla works through OEM-specific supplier portals and PPAP submission. The German medtech firm whose target is HCA Healthcare or Mass General Brigham works through GPO contracting (Vizient, Premier, HealthTrust) and IDN value-analysis-committee evaluation. The German engineering firm whose target is a Bechtel or Fluor IDIQ vehicle works through prime sub-contracting and ENR-ranked-prime qualification.
The first architecture decision shapes the registration sequence, the response format, and the commercial-cadence expectations. The German firm that targets all five at once with one set of materials produces materials that under-perform in all five.
SAM.gov registration is the gating step for US federal procurement and is increasingly used as a credibility signal in US enterprise and US infrastructure-prime procurement. The registration is administered by the General Services Administration (GSA) at sam.gov and is free of charge. Third-party services that charge fees to "register" a firm on SAM.gov are not GSA-affiliated and are unnecessary for most registrations.
Step one is entity validation. The firm submits legal name, physical address (not a PO box), incorporation jurisdiction, and supporting documentation (articles of incorporation, certificate of good standing, tax registration). For a German parent registering directly as a foreign entity, the supporting documentation includes the Handelsregister extract (commercial register) and a tax-identification number from the home jurisdiction. For a US-domiciled subsidiary, the documentation is the US state-of-incorporation certificate and IRS-issued Employer Identification Number (EIN, Form SS-4). Entity validation is the step where most registrations slow down; document-mismatch issues require iteration with the SAM.gov entity-validation service.
Step two is UEI assignment. The Unique Entity Identifier is a 12-character alphanumeric identifier issued by the federal government through SAM.gov, replacing the prior DUNS Number issued by Dun & Bradstreet. UEI assignment occurs as part of SAM.gov registration. The firm references its UEI in every federal RFP response, every federal contract, and every CPARS record.
Step three is CAGE or NCAGE assignment. The Commercial and Government Entity code is a five-character code identifying the firm to the Department of Defense and federal procurement systems. US-domiciled entities receive a CAGE code through the Defense Logistics Agency (DLA) Cage Programme as part of SAM.gov registration. Foreign entities, including a German parent registering directly without a US subsidiary, receive an NCAGE code through the NATO codification system, administered for US purposes by DLA. The NCAGE registration is a separate step (NSPA portal) and must be completed before SAM.gov can finalise the foreign-entity record.
Step four is NAICS code selection and size-standard certification. The firm selects one primary NAICS code and as many secondary NAICS codes as describe its activities. The size-standard certification is performed against the SBA size standard for each NAICS, with the size measured by worldwide employee count or worldwide annual receipts averaged over a three-year window depending on the NAICS. The size-standard test counts affiliates, including the German parent and all affiliated entities globally, which means the size threshold is rarely passed by an MDAX or DAX-affiliated firm.
Step five is the FAR 52.204-8 representations and certifications, banking and EFT details, points of contact, and review and submission. Federal banking is required: SAM.gov requires a US bank account with EFT routing and account information for federal payments to flow. A German firm without a US bank account often pauses at this step and routes through the US-subsidiary establishment, a US treasury bank (JPMorgan Chase, Bank of America, Citibank, Wells Fargo, US Bank) onboarding flow, before SAM.gov submission can complete.
Total registration time, with documents in hand and US banking complete, runs seven to ten business days at minimum. Foreign-entity registrations that require NCAGE issuance run two to four weeks. Re-registrations following lapse run faster. The German firm aiming at a US federal RFP with a 30-day response window cannot start SAM.gov registration on the day the RFP releases.
The transition from DUNS to UEI in April 2022 changed the federal-procurement identifier landscape. DUNS Numbers, issued by Dun & Bradstreet since 1963, were the federal procurement identifier from 1998 (under FAR 4.6) until 2022. UEI, issued by SAM.gov, is now the federal-procurement identifier. Firms registered before April 2022 received automatic UEI assignment; new registrants receive UEI as part of SAM.gov registration. DUNS Numbers continue to exist for credit-rating and commercial purposes but are no longer the federal identifier.
CAGE codes carry a different lineage. Originating in DoD and NATO codification, CAGE codes identify the firm to DoD procurement systems including DLA, the Defense Acquisition System, and the Wide Area Workflow (WAWF) invoicing platform. CAGE codes are five characters and are entity-specific: a parent and a subsidiary each carry separate CAGE codes. NCAGE codes for foreign entities follow the same five-character format but are issued under the NATO Codification System.
For a German parent with a US subsidiary, the typical configuration is: German parent holds an NCAGE for its German entity, the US subsidiary holds a CAGE for its Delaware or other state-of-incorporation US entity, and the US subsidiary registers separately on SAM.gov. The two registrations link via affiliate-disclosure on the SAM.gov record. In federal procurement, the contracting party is typically the US subsidiary, with the German parent disclosed as the ultimate parent for FAR 4.18 purposes (commercial and government entity code) and for foreign-ownership-control-and-influence (FOCI) review under DoD National Industrial Security Program Operating Manual (NISPOM) when classified work is contemplated.
FOCI is a specific friction point for German-parented firms entering US classified procurement. A German parent's ownership of a US subsidiary handling classified DoD work triggers FOCI mitigation requirements, which can include Special Security Agreements (SSA), Voting Trust Agreements, Proxy Agreements, or Board Resolutions, depending on classification level and contract terms. FOCI mitigation is a specialist matter for the firm's facility security officer (FSO) and US national-security counsel; it is not marketing work. The marketing implication is that the firm's commercial frame addresses FOCI posture transparently when the contemplated work touches classified information.
NAICS code selection determines the firm's discoverability in federal RFP search, the size-standard test that gates small-business eligibility, and the GSA MAS categories the firm can pursue. The German Mittelstand firm rarely qualifies as small under SBA size standards because the test counts the worldwide affiliate base, but accurate NAICS selection still shapes the firm's commercial positioning and its eligibility for specific federal vehicles.
Common NAICS codes for German Mittelstand verticals: NAICS 333517 (Machine Tool Manufacturing) covers Trumpf, DMG Mori, Index-Werke, and similar. NAICS 333120 (Construction Machinery Manufacturing) covers Liebherr earthmoving, Wirtgen, Bomag. NAICS 333111 (Farm Machinery and Equipment Manufacturing) covers Claas, Krone, Lemken, Amazone. NAICS 336390 (Other Motor Vehicle Parts Manufacturing) covers Bosch, ZF, Continental, Schaeffler, Mahle non-engine, Knorr-Bremse. NAICS 336320 (Motor Vehicle Electrical and Electronic Equipment Manufacturing) covers Hella, Kostal, Brose. NAICS 333996 (Fluid Power Pump and Motor Manufacturing) covers Bosch Rexroth. NAICS 334413 (Semiconductor and Related Device Manufacturing) covers Infineon, Siltronic. NAICS 333242 (Semiconductor Machinery Manufacturing) covers Trumpf laser, Aixtron, ZEISS SMT. NAICS 334510 (Electromedical and Electrotherapeutic Apparatus Manufacturing) covers Siemens Healthineers electromedical, Brainlab, Drägerwerk. NAICS 334516 (Analytical Laboratory Instrument Manufacturing) covers Bruker, Carl Zeiss, Eppendorf. NAICS 333611 (Turbine and Turbine Generator Set Units Manufacturing) covers Siemens Energy, MAN Energy Solutions, MTU Aero Engines. NAICS 332710 (Machine Shops) covers many smaller Mittelstand precision machining firms.
The firm selects one primary NAICS that reflects the dominant US-procurement category and additional secondary NAICS that reflect adjacent activities. The selection is reviewable annually at SAM.gov re-registration. The selection should also align with the GSA MAS Special Item Numbers (SINs) the firm intends to pursue and with the federal supply classification (FSC) codes that DoD uses for materiel procurement.
The firm's federal-RFP discoverability runs through SAM.gov contract-opportunities search (the public successor to FedBizOpps), GovWin IQ, Bloomberg Government, FedConnect, and agency-specific solicitation portals. Search alerts on the firm's primary and secondary NAICS produce the daily flow of relevant opportunities. The German Mittelstand firm new to federal procurement typically runs the alerts for several months before the first competitive response, to read the language, reader, and structure of typical RFPs in the relevant category.
The GSA Multiple Award Schedule (MAS), formerly known as the GSA Federal Supply Schedules and including what was Schedule 70 for IT, is a long-term governmentwide contracting vehicle administered by the General Services Administration. A firm holding a GSA MAS contract can sell to any federal agency without each agency running its own competition, with the GSA contract serving as the underlying vehicle. The MAS consolidated 24 prior schedules into a single contract effective 2020, with Special Item Numbers (SINs) organising the categories.
For a German Mittelstand IT, professional-services, or commercial-products firm, MAS provides a streamlined path to federal sales. The application requires demonstrated commercial sales to federal agencies or to comparable commercial customers, audited financials, a Commercial Sales Practices (CSP) disclosure (the firm's commercial pricing structure), Trade Agreements Act (TAA, 19 USC 2511) compliance certification (products manufactured in TAA-compliant countries; Germany is TAA-compliant), and a negotiated GSA price list. MAS application timelines run six to twelve months. MAS holders renew on a five-year cycle.
Adjacent federal contracting vehicles include: SEWP (Solutions for Enterprise-Wide Procurement) for IT, administered by NASA Goddard; CIO-SP3 and the upcoming CIO-SP4 for IT services, administered by NIH NITAAC; OASIS for professional services; ASTRO (drones and unmanned systems); DLA Industrial Hardware vehicles; Army CHESS (Computer Hardware Enterprise Software and Solutions); Air Force NETCENTS-2; DHS EAGLE NEXT-GEN. Each is a competition-then-IDIQ vehicle with task-order competition underneath. The German firm targeting federal IT or services procurement maps the relevant vehicles before resourcing the application.
State and local procurement uses parallel vehicles. NASPO ValuePoint cooperative agreements aggregate state purchasing across the National Association of State Procurement Officials. State-specific vehicles (California Multiple Award Schedules, Texas DIR cooperative contracts, New York OGS centralised contracts) provide additional access. The German firm targeting Buy America-funded state and local infrastructure procurement registers in state-level SBE, MBE, and DBE programmes where applicable, even where the parent does not qualify, because state-level prime-contractor relationships often run through teaming with certified entities.
FAR Part 9, Contractor Qualifications, is the regulatory backbone of contracting-officer responsibility determination. Under FAR 9.103, no purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. FAR 9.104-1 lays out general standards: adequate financial resources, ability to comply with delivery schedule, satisfactory performance record, satisfactory record of integrity and business ethics, necessary organisation, experience, accounting, operational controls, technical skills, production and construction equipment and facilities, and otherwise qualified and eligible.
The "satisfactory performance record" test is where most German Mittelstand firms encounter friction. The contracting officer reviews CPARS (the Contractor Performance Assessment Reporting System), PPIRS (the Past Performance Information Retrieval System, integrated within SAM.gov), and direct reference checks. A firm with extensive US federal past performance has a CPARS record. A firm without US federal past performance presents the contracting officer with a blank CPARS query result.
Under FAR 9.104-2, the contracting officer is permitted to consider information from other sources when the firm has no record. The contracting officer may consider US commercial past performance, US OEM tier-1 wins, US infrastructure-prime sub-contract performance, and references from any responsible source. The German firm's commercial-translation work is to surface that US-comparable record in a format the contracting officer can verify and to present it in the response narrative explicitly.
Three patterns recur. First, the German firm leads its past-performance section with European references at category but in European geography. The contracting officer reads this as "no US-comparable record" and routes the firm to "additional information requested" or to "non-responsive on past performance." The fix is to lead the section with US-side past performance at category, scope, and scale, and to carry European references as supporting context. Second, the German firm omits a past-performance section entirely on the assumption that the firm's reputation precedes it. The contracting officer reads omission as "no record." The fix is to include a past-performance section regardless of strength, named honestly. Third, the German firm overstates US past performance on the assumption that contracting-officer verification will not occur. Verification routinely does occur, and overstatements detected post-award trigger debarment risk under FAR Subpart 9.4. The fix is to present what the firm has, accurately, with named US references the firm has authorised to release.
The capability statement is the single most-requested document in federal-procurement first contact and is increasingly requested in US enterprise and US infrastructure-prime first contact. It is a one-page or two-page document, typically PDF, that summarises the firm's capabilities, past performance, differentiators, NAICS codes, certifications, and contract vehicles. The US-procurement reader uses the capability statement to qualify the firm into or out of further conversation in the first 90 seconds.
A capable capability statement carries: firm name, address, UEI, CAGE, primary and secondary NAICS, applicable certifications and contract vehicles (GSA MAS, NASPO, agency-specific IDIQs), core capabilities stated in US procurement category language, named US past performance with US customer name and scope where authorised, named differentiators (technology, scale, US service footprint, US engineering presence, certifications relevant to procurement reader), and points of contact in US time zones. The capability statement is not a brand brochure. It is a procurement-reader-facing document with a tight functional purpose.
Common German Mittelstand mistakes in capability-statement preparation: leading with founding year and family ownership, omitting UEI and CAGE, listing European certifications (DIN, TÜV, VDA) without US-procurement context, naming European customers in the past-performance section while leaving US references blank, omitting NAICS, omitting US points of contact, using EUR pricing or German-language parent contact details. Each of these mistakes signals the firm is not procurement-ready in US-procurement terms.
Beyond the capability statement, the US-procurement-facing materials stack includes: a US-facing principal and team bio set, US references and case-study set, response template library by procurement architecture, capability deck, technical data sheets in US units (imperial where the procurement reader expects imperial; metric where the procurement reader expects metric, often by category), pricing template in USD with US-domiciled commercial terms, US-facing site landing pages indexed for the named procurement category, and a US-side primary contact with US time-zone availability.
Federal RFPs (Requests for Proposal, used in negotiated procurement under FAR Part 15) and RFQs (Requests for Quotation, used in simplified acquisition under FAR Subpart 13.106) follow predictable structural patterns. The RFP cites a Statement of Work (SOW) or Performance Work Statement (PWS), an evaluation methodology (lowest price technically acceptable, best value tradeoff, or other), evaluation factors (technical approach, past performance, price), submission requirements (volume structure, page limits, format), and FAR clauses incorporated by reference and full text. The response is structured to address the evaluation factors in the order and weight specified.
For a typical best-value tradeoff RFP, the response carries a technical volume (technical approach to the SOW, key personnel, management plan), a past-performance volume (named past performance with customer name, scope, dollar value, period of performance, contracting-officer point of contact), and a price volume (basis of estimate, price breakdown, price reasonableness narrative). Volume separation is required by FAR; mixing past-performance information into the technical volume violates submission rules.
The German Mittelstand firm responding to its first US federal RFP often misallocates effort across volumes. Engineering depth goes into the technical volume, where it is necessary but not differentiating. Past performance gets a thin treatment, where it is most-evaluated. Price is built up in EUR-translated cost without US service-footprint and US warranty reserves, producing a quote that signals incomplete US-side commercial work. The fix is to build the response with the evaluation methodology as the architectural blueprint: each volume sized to its evaluation weight, each section directly addressed to its evaluation factor, no narrative wandering.
US OEM RFQs and qualification packages follow OEM-specific portals and templates. Ford's Quality Operating System (Q1) and Ford Production System engagement, GM's Global Supplier Quality Engineering and PPAP submission, Stellantis's Supplier Quality Assurance protocol, Tesla's supplier scorecard system, and the aerospace primes' supplier-quality manuals (Boeing's BAS and Lockheed's STAR) each prescribe the response format. The German tier-1 typically holds the underlying capability and the IATF 16949 certification, but adapting the response to OEM-specific Customer-Specific Requirements (CSRs) is the work that determines pace from initial supplier registration to nominated supplier status.
US healthcare-system RFPs and value-analysis-committee submissions follow GPO and IDN templates. Vizient, Premier, and HealthTrust RFPs cite product specifications, FDA clearance status, US clinical-evidence base, US KOL endorsement, US service footprint, training and support model, and reimbursement coding (CPT, HCPCS, ICD-10-PCS, MS-DRG). The German medtech firm without US clinical evidence and without US-coded reimbursement carries gaps that the GPO RFP cannot ignore. The fix is to surface US clinical-evidence development plans, US KOL relationships under construction, and US reimbursement positioning in US-legible commercial terms even where the work is in progress.
IATF 16949:2016, the global automotive quality management system standard, is jointly maintained by the International Automotive Task Force (IATF) and is the successor to ISO/TS 16949. The standard is layered on ISO 9001 with automotive-specific requirements. IATF 16949 is necessary but not sufficient for US OEM tier-1 supply. The US OEM additionally requires the supplier to clear Production Part Approval Process (PPAP), execute Advanced Product Quality Planning (APQP), submit Process Failure Mode and Effects Analysis (PFMEA), Design Failure Mode and Effects Analysis (DFMEA), Control Plan, Measurement Systems Analysis (MSA), Statistical Process Control (SPC), and meet OEM-specific Customer-Specific Requirements (CSRs).
PPAP, defined in the AIAG (Automotive Industry Action Group) PPAP Manual 4th edition, requires the supplier to demonstrate that all customer engineering design records and specification requirements have been correctly understood and that the supplier process has the potential to produce product consistently meeting requirements during actual production runs at quoted volume. PPAP submission carries 18 elements (design records, engineering change documents, customer engineering approval, DFMEA, process flow diagram, PFMEA, control plan, MSA studies, dimensional results, material and performance test results, initial process studies, qualified-laboratory documentation, appearance approval report, sample production parts, master sample, checking aids, customer-specific requirements, part submission warrant). PPAP is submitted at PPAP Levels 1 through 5 depending on customer requirement, with Level 3 the typical default.
OEM-specific CSRs vary materially. GM's CSR (GM 1927) requires specific sample sizes, specific run-at-rate verification protocols, and specific GM-portal submissions. Ford's Q1 programme requires specific MMOG/LE (Materials Management Operations Guideline / Logistics Evaluation) scoring, specific Phased PPAP gates, and Ford-specific FMEA scoring scales. Stellantis carries its EXPECT and Stellantis Quality Foundation requirements. Tesla's supplier-onboarding flow is materially different from the Detroit Three's, with faster cycle expectations and a higher-tolerance approach to supplier-flexibility-vs-process-discipline. The German tier-1 supplier moving from a German OEM portfolio (BMW, Mercedes-Benz, Audi, Porsche, Volkswagen Group) to a US OEM portfolio rebuilds the CSR alignment per OEM, even where the underlying IATF 16949 system is unchanged.
Aerospace OEM qualification follows the AS9100 (Aerospace Quality Management System) framework, with NADCAP (National Aerospace and Defense Contractors Accreditation Program) accreditation required for many special processes (heat treatment, non-destructive testing, chemical processing, welding). Boeing's Boeing Aerospace Standard (BAS), Lockheed Martin's STAR, Northrop Grumman's, RTX's, and General Dynamics's supplier-quality programmes each layer additional requirements on top of AS9100. German aerospace suppliers (MTU Aero Engines, Diehl Aerospace, Liebherr-Aerospace, Rheinmetall Aerospace) typically hold AS9100 and NADCAP, with the qualification work focused on US-prime-specific CSR alignment and US flow-down compliance.
Three stages in order. The order matters.
Diagnose the procurement architecture. Which of US federal, US enterprise, US OEM tier-1, US healthcare-system, or US infrastructure-prime is the dominant target. Which subset of registration, certification, and qualification work is required. Where the firm currently has registration, capability statement, capability deck, past-performance set, and response templates, and where these are missing or under-translated. The diagnosis surfaces the procurement architecture, the registration gap, the past-performance gap, the materials gap, and the response architecture gap.
Correct the registration substrate. SAM.gov registration with UEI and CAGE secured. NCAGE for foreign-entity registrations as needed. NAICS code mapping clear with primary and secondary codes set. Size-standard certification accurate. GSA MAS application submitted where applicable. Adjacent state-level vehicles (NASPO, state-specific) registered where applicable. ITAR registration with the Directorate of Defense Trade Controls where defence articles are in scope. EAR classification and Commerce Control List ECCN mapping where dual-use is in scope. CMMC certification path scoped where DoD CUI is in scope. The registration substrate is the precondition; without it, the rest of the work has no procurement-reader landing.
Rebuild the response architecture. Capability statement in the US procurement format. US-procurement-facing past-performance narrative with named US references. US peer-set comparables. US-procurement risk architecture. Response template library for the procurement architecture target. RFP and RFQ playbook by architecture. PPAP and APQP submission templates for OEM-targeted firms. GPO and IDN value-analysis-committee templates for medtech-targeted firms. US-facing principal and team bios. US-facing pricing model with US-domiciled commercial terms. US time-zone primary contacts. The response architecture sits on top of the registration substrate. Done last, it produces materials that win the procurement filter. Done first, it produces well-executed materials that fail the filter for absence of registration substrate.
US procurement is a registered architecture. SAM.gov, UEI, CAGE, NAICS, FAR Part 9, GSA MAS, PPAP, AS9100, FedRAMP, CMMC. The German Mittelstand firm whose first response is a beautifully written capability deck and an absent SAM.gov record has resourced the wrong layer of the work. House view on the German Mittelstand procurement registration gap
The firm runs three engagements for German Mittelstand industrial principals preparing US procurement entry. Fit and pricing are confirmed in discovery, not published.
Adjacent reading on the German and DACH corridor includes the Germany to USA Market Entry 2026 Guide, the DACH Mittelstand industrials and engineering US entry pillar, the Cross-Border Industrials Beyond DACH article, the US Procurement Four-Filter Framework, the Bavarian Mittelstand US Expansion article, and the Frankfurt city page.
SAM.gov, the System for Award Management, is the consolidated US federal government registration platform administered by the General Services Administration (GSA). Registration on SAM.gov is mandatory for any entity seeking to receive federal contracts, federal grants, federal financial assistance, or federal sub-contract work above the federal micro-purchase threshold. SAM.gov registration assigns the entity a Unique Entity Identifier (UEI), which replaced the legacy DUNS Number in April 2022. SAM.gov also serves as the entry point for assignment of a Commercial and Government Entity (CAGE) code, the five-character code that identifies the entity in DoD and federal procurement systems. A German Mittelstand firm bidding on a US federal RFP, registered as a US-domiciled subsidiary or as a foreign entity competing for a federal award, must complete SAM.gov registration before contract award. The registration process requires US bank account details and EFT routing information, a US tax identification number for US-domiciled entities (or NCAGE for foreign entities), entity address and ownership details, NAICS code selection, size-standard certification, and representations and certifications under FAR 52.204-8. Registration is renewed annually. The process typically takes seven to ten business days at minimum once all source documents are in hand.
The North American Industry Classification System (NAICS) is the standard the US federal government and most US enterprise procurement teams use to classify business activities. Every US federal RFP cites a primary NAICS code with an associated size standard (employee count or annual revenue threshold) that determines whether a bidder qualifies as a small business under SBA rules and whether a small-business set-aside applies. A German Mittelstand firm selects one or more NAICS codes during SAM.gov registration. The primary NAICS code drives the size-standard test. For example, NAICS 333517 (Machine Tool Manufacturing) carries a 500-employee size standard; NAICS 336390 (Other Motor Vehicle Parts Manufacturing) carries a 1,000-employee size standard; NAICS 334510 (Electromedical and Electrotherapeutic Apparatus Manufacturing) carries a 1,250-employee size standard. A German firm with 800 worldwide employees may qualify as small under one NAICS and not under another. The size standard counts the worldwide employee base of the firm and its affiliates, so most DAX-listed parents and many MDAX firms exceed the small-business threshold and compete on full-and-open or large-business tracks. The German firm's NAICS selection also affects RFP discoverability, sub-contract teaming opportunities, and the GSA Multiple Award Schedule (MAS) categories the firm can pursue.
FAR Part 9 (Contractor Qualifications) requires that contracts be awarded only to responsible prospective contractors. Under FAR 9.104, the contracting officer determines responsibility based on five tests: adequate financial resources, ability to comply with the required delivery schedule, satisfactory performance record, satisfactory record of integrity and business ethics, and necessary organisation, experience, and operational controls. The performance-record test is where German Mittelstand firms most often face friction. The contracting officer reviews past-performance information through the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS-AI within SAM.gov), and direct reference checks. A German firm with no US federal past performance presents the contracting officer with no CPARS record. The contracting officer is then permitted under FAR 9.104-2 to consider information from other sources, but the absence of US federal past performance shifts the burden onto the firm to surface a US-comparable record (US commercial past performance, US OEM tier-1 wins, US infrastructure-prime sub-contract performance) and to do so in a format the contracting officer can verify. The German firm's commercial-translation work for FAR Part 9 is to convert European past performance into US-procurement-legible references at category, scope, and scale comparable to the contemplated award, while flagging the absence of US federal past performance honestly.
No. SAM.gov registration administration, NCAGE foreign-entity registration with the Defense Logistics Agency, GSA Multiple Award Schedule application and negotiation, ITAR registration with the Directorate of Defense Trade Controls, EAR registration and Commerce Control List classification, CMMC certification with a C3PAO, FedRAMP authorization with a Third-Party Assessment Organisation (3PAO), small-business size-standard certification, HUBZone, 8(a), Service-Disabled Veteran-Owned Small Business, and Women-Owned Small Business certifications, FAR-clause negotiation, and US procurement counsel work belong with specialist firms and US procurement counsel. The firm designs the US-procurement-facing commercial frame and the response architecture inside the registration and certification structure those specialists have put in place. When a marketing decision intersects FAR clauses, federal certification, or compliance posture, the firm flags it and defers before execution.
Three stages in order. Diagnose the procurement architecture: which of US federal, US enterprise, US OEM tier-1, US healthcare-system, or US infrastructure-prime is the dominant target, and which subset of registration, certification, and qualification work is required. Correct the registration substrate: SAM.gov registration with UEI and CAGE, NAICS code mapping, size-standard certification, GSA MAS application if applicable, and the registration of the bidding entity in the US-domicile form the procurement reader expects. Rebuild the response architecture: capability statement in the US procurement format, US-procurement-facing past-performance narrative with named US references at category, scope, and scale comparable to the target award, US peer-set comparables, US-procurement risk architecture, response template library for the procurement-architecture target, RFP and RFQ playbook, and the US-facing principal and team bios. Delivered through the Market Entry Sprint, the Cross-Border Build, or the Group Partnership depending on portfolio shape.
Cornerstone guide for German Mittelstand and DAX-listed operators entering the US in 2026.
Read the guide →Where the precision-register breaks at the US procurement gate and what to rebuild first.
Read the pillar →Industrial and engineering operators outside DACH navigating US procurement architecture.
Read the pillar →The four filters US procurement readers apply, across federal, enterprise, OEM, healthcare-system, and infrastructure-prime architectures.
Read the framework →Frankfurt industrials, engineering-commercial firms, infrastructure operators, and Mittelstand B2B principals.
See the Frankfurt gate →Market Entry Sprint, Cross-Border Build, Group Partnership.
See the engagements →