Army Training Models - Solicitation

SOL #: W91CRB-26-R-A004Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-APG
ABERDEEN PROVING GROU, MD, 21005-5001, United States

Place of Performance

Washington, DC

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

Program Management/Support Services (R408)

Set Aside

Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)

Timeline

1
Posted
Jan 23, 2026
2
Last Updated
Mar 4, 2026
3
Submission Deadline
Mar 9, 2026, 4:00 PM

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 U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG) is soliciting proposals for Army Training Models support services on behalf of Headquarters, Department of the Army (HQDA) G-3/5/7. This is a Women-Owned Small Business (WOSB) Set-Aside under NAICS 541611. The contract will be a single Firm Fixed Price (FFP) award for a base year plus four option years and a six-month extension. Proposals are due March 9, 2026.

Scope of Work

The contractor will provide technical and programmatic support for the Army Training Directorate, focusing on the Planning, Programming, Budgeting, and Execution (PPBE) process and the Regionally Aligned Readiness and Modernization Model (ReARMM). Services include programmatic and analytical support for Operational Tempo (OPTEMPO), Collective Training, Institutional Training, Mission, and Intelligence programs. Key tasks involve developing, maintaining, and supporting Army Training Models (ATM) software applications, conducting custom analysis, and providing staff support to Army training commands. Modernization efforts, Mobilization Common Operating Picture (MODCOP) development, and Operations and Research Staff Support are also within scope.

Contract Details

  • Type: Single Firm Fixed Price (FFP) contract.
  • Set-Aside: Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15).
  • NAICS: 541611 (Management Consulting Services) with a $24.5 million size standard.
  • Period of Performance: One base year (anticipated May 15, 2026 – May 14, 2027), four one-year option periods, and a six-month extension option.
  • Place of Performance: Washington, DC, contractor facilities, and various government sites including HQDA and Army National Guard.
  • Key Requirements: Personnel must maintain a SECRET level clearance, with at least one individual requiring a TOP SECRET (TS) clearance. A transition plan is required with the proposal.

Submission & Evaluation

  • Proposal Due: March 9, 2026, at 12:00 PM EDT.
  • Questions Due: February 17, 2026, at 5:00 PM EST, submitted via the provided "Vendor Question Spreadsheet."
  • Submission Format: Electronic submission required. Proposals must be valid for at least 180 days and adhere to specific formatting guidelines (e.g., 1" margins, 12-point font, PDF format for narratives, Excel for pricing). Submissions include:
    • Volume I: Technical Approach (35 pages)
    • Volume II: Management Approach (15 pages)
    • Volume III: Past Performance (10 pages, up to three recent/relevant contracts)
    • Volume IV: Price (no page limit, narrative and completed Excel Cost Model Workbook. Note: The provided Cost Model Workbook template shows $0.00 for labor costs, with all costs attributed to ODCs, requiring careful bidder input.)
    • Volume V: Executive Summary
  • Evaluation: Award will be made using a best-value trade-off approach. Evaluation factors are Technical (most important), Management Approach, Past Performance, and Price (least important). Non-priced factors combined are more important than Price. Proposals must achieve at least "Acceptable" for Technical and Management, and "Neutral" for Past Performance. The government may use AI tools for Past Performance evaluation.

Eligibility

Offerors must be registered in SAM under NAICS 541611 and capable of performing at least 51% of the total requirement. An Organizational Conflict of Interest (OCI) Identification and Mitigation Plan is required.

Contacts

Kelsey Thomas (kelsey.l.thomas13.civ@army.mil) and Salma Williamson (salma.k.williamson.civ@army.mil).

People

Points of Contact

Kelsey ThomasPRIMARY
Salma K. WilliamsonSECONDARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 3
Solicitation
Posted: Mar 4, 2026
View
Version 2Viewing
Solicitation
Posted: Feb 9, 2026
Version 1
Pre-Solicitation
Posted: Jan 23, 2026
View
Army Training Models - Solicitation | GovScope