Army Training Models - 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 U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG), on behalf of Headquarters, Department of the Army (HQDA) G-3/5/7, is soliciting proposals for Army Training Models support services. This Firm Fixed Price (FFP) contract is a Women-Owned Small Business (WOSB) Program Set-Aside (NAICS 541611, $24.5M size standard). The requirement involves providing technical and programmatic support for the Army Training Directorate. Proposals are due March 16, 2026.
Scope of Work
The contractor will provide technical and programmatic support for the Army Training Directorate (HQDA G-3/7), focusing on the Planning, Programming, Budgeting, and Execution (PPBE) process. Key responsibilities include:
- Providing subject matter expertise for the Regionally Aligned Readiness and Modernization Model (ReARMM) and Collective Training initiatives.
- Conducting operational analysis for the G-3/5/7 Training Directorate.
- Developing, maintaining, and providing software support for Army Training Models (ATM) and associated applications.
- Performing custom analysis, offering staff support to Army training commands, and providing training.
- Supporting modernization efforts and the development of the Mobilization Common Operating Picture (MODCOP).
Contract Details
- Contract Type: Firm Fixed Price (FFP).
- Period of Performance: One base year, four one-year option periods, and a six-month extension option, totaling up to 5 years and 6 months.
- Set-Aside: Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15).
- NAICS Code: 541611 (Management Consulting Services) with a $24.5 million size standard.
- Place of Performance: Contractor facilities and various government sites, including HQDA, Army National Guard, and other specified locations (Washington, DC).
- Security Requirements: All personnel require SECRET level clearance; at least one individual requires TOP SECRET (TS) clearance with SCI access. A Top Secret Facility Clearance is required by time of award.
Submission & Evaluation
- Proposal Due Date: March 16, 2026, by 12:00 PM EDT. Proposals must be submitted electronically and remain valid for at least 180 days.
- Proposal Structure: Submissions must include five volumes: Technical Approach (35 pages max), Management Approach (15 pages max), Past Performance (10 pages max), Price (no page limit, Microsoft Excel workbook), and Executive Summary (no page limit).
- 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.
- Minimum Ratings: Technical and Management Approach must achieve at least an "Acceptable" rating; Past Performance must achieve at least a "Neutral" confidence rating.
- Eligibility: Offerors must be registered in SAM under NAICS 541611 and perform at least 51% of the total requirement. An Organizational Conflict of Interest (OCI) Identification and Mitigation Plan is required.
- Notes: Pages exceeding specified limits will not be evaluated. The Government may use AI tools for Past Performance evaluation and reserves the right to award without discussions.