Army Training Models - DRAFT Solicitation
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army has released a DRAFT Presolicitation for Army Training Models support services for Headquarters, Department of the Army G-3/5/7. This opportunity is designated as a Women-Owned Small Business (WOSB) Program Set-Aside. The draft solicitation outlines requirements for programmatic and analytical support, with proposals for this draft due by March 6, 2026, 12:00 PM local time.
Opportunity Overview
This DRAFT solicitation (W91CRB26RA004) seeks support services for the Army Training Directorate, focusing on the Planning, Programming, Budgeting, and Execution (PPBE) process and the Regionally Aligned Readiness and Modernization Model (ReARMM). The scope includes programmatic and analytical support for various training programs (OPTEMPO, Collective, Institutional, Mission, Intelligence), subject matter expertise for ReARMM, operational analysis, and the development and maintenance of Army Training Models (ATM) and associated software applications. Services will also cover software maintenance, end-user documentation, custom analysis, staff support, and modernization efforts like MODCOP.
Contract Details
The anticipated contract is a Firm Fixed Price (FFP) type, with a base period from May 15, 2026, to May 14, 2027, followed by four 12-month option periods and a potential 6-month extension. The primary place of performance is Washington, DC, and contractor facilities. The NAICS code is 541611 (Management Consulting Services) with a size standard of $24,500,000.00. Personnel will require a SECRET level clearance, with at least one individual needing a TOP SECRET (TS) clearance.
Submission & Evaluation
Proposals must be submitted electronically by March 6, 2026, 12:00 PM local time, and remain valid for 180 days. The evaluation will follow a best-value trade-off approach based on four factors: Technical Approach (most important), Management Approach, Past Performance, and Price (least important). Non-priced factors combined are more important than price. Technical and Management approaches will be rated using adjectival scales, while Past Performance will assess recency, relevancy, and quality. Offerors must be registered in SAM and capable of performing at least 51% of the total requirement. Key proposal volumes include Technical, Management, Past Performance, Price (using the provided Excel workbook), and an Executive Summary.
Key Attachments & Notes
The draft package includes a Performance Work Statement (PWS), Contract Data Requirements List (CDRL) Portfolio, Solicitation Instructions and Evaluation Factors (Sections L & M), a Cost Model Workbook, and a Vendor Question Template. The Cost Model Workbook notably lists labor costs as $0.00, attributing all costs to Other Direct Costs (ODCs), which may require clarification. Bidders should ensure they have Adobe Acrobat X or later to view the CDRL portfolio. This is a DRAFT solicitation; all information is subject to change. Interested parties should continue to monitor SAM.gov for future updates and the final solicitation.
Contact Information
For questions, contact Kelsey Thomas at kelsey.l.thomas13.civ@army.mil.