Artillery, Chemical Training (ACT)
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 (ACC) Orlando, on behalf of PEO STRI, is conducting market research through this Sources Sought notice for Artillery, Chemical Training (ACT). This effort seeks qualified parties to provide worldwide Life-Cycle Contractor Support (LCCS) for the Army's ACT Training Aids, Devices, Simulations and Simulators (TADSS) devices. Personnel must possess a SECRET security clearance. White paper responses are due by October 10, 2025.
Scope of Work
The ACT contract provides LCCS for Air Defense Artillery, Field Artillery, and Chemical training devices globally, including CONUS and OCONUS locations (e.g., Ft. Sill, OK; Vilseck, Germany; Camp Humphreys, Korea). The contractor will provide comprehensive LCCS services, including maintenance, logistics, program management, on-site management, engineering, repairs, system testing, technical oversight, and facilities management. Key supported TADSS include ADA (IMTS, C-RAM LPWS, OMT Family), FA (CFFT Family, HIMARS OMT Family), Chemical (M93A1 NBCRS Fox Simulator), and Other (Stryker ATGM BST). Flexibility for new systems and locations is required.
Contract Details
- Opportunity Type: Sources Sought (Market Research)
- NAICS: 541330 - Engineering Services (Size Standard: $15M)
- Anticipated PoP: 12-month base period + four 1-year option periods, starting Q1 2027.
- Security: Personnel require a SECRET security clearance. Compliance with DD Form 254 and DoD 5220-22M is mandatory.
- Key Requirements: Establish a Program Management Office (PMO), provide a 24/7 accessible Commercial off the Shelf (COTS) Management Information System (MIS), develop a Transition Plan, and manage government-provided facilities.
Submission Requirements
Interested companies should submit a white paper (maximum 10 pages, MS Word, 12pt Times New Roman) by October 10, 2025, at 4:30 PM. The white paper must include:
- Company Profile/Capabilities: Name, DUNS/CAGE, small/large business status, POC, organizational capabilities, ability to grow, prior/current experience (last 3 years, similar size/scope), and OCONUS personnel capability.
- Contractor Perspective: Management approach to staffing, ability to begin performance, risk areas/mitigation, recommended contract type, and suggestions for competition structure/evaluation criteria.
Industry Day
An ACT Industry Day was announced for February 24-26, 2026, at Fort Sill, Oklahoma. This event aimed to improve understanding of government requirements, review a Draft Performance Work Statement (PWS) and TADSS Maintenance Requirements, and offer one-on-one sessions. Registration was required for attendance.
Important Notes
This is a Sources Sought for planning purposes only and does not constitute an RFP or commitment. While the metadata indicates a "Total Small Business Set-Aside," the description clarifies that Large Businesses ARE permitted to respond, and the market survey results will determine the final acquisition strategy (small business set-aside or full and open competition). Partnering is encouraged.
Contacts:
- Contracts POC: Ruth E. Torres (ruth.e.torres10.civ@army.mil, 520-714-5519)
- Program POC: Richard Perez (richard.j.perez14.civ@army.mil, 321-235-7702)