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 Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), via ACC Orlando, is conducting market research through this Sources Sought notice for Life-Cycle Contractor Support (LCCS) for the Artillery and Chemical Training (ACT) Training Aids, Devices, Simulations and Simulators (TADSS) program. This effort seeks to identify qualified parties for worldwide LCCS, with contractor personnel requiring a SECRET security clearance. Responses are primarily sought from small businesses, though large businesses are also encouraged to respond. This is for planning purposes only and does not constitute a Request for Proposal.
Scope of Work
The ACT contract provides LCCS for U.S. Army Air Defense Artillery, Field Artillery, and Chemical training devices globally, including locations like Ft. Sill, OK; Ft. Leonard Wood, MO; Vilseck, Germany; and Camp Humphreys, Korea. The contractor will provide comprehensive LCCS services, including maintenance, logistics support, program management, engineering functions, repairs, system testing, technical oversight, and sustainment of TADSS and Material Support Packages (MSP) in fully operational condition. Supported TADSS categories include Air Defense Artillery (ADA), Field Artillery (FA), Chemical (CM), and other devices such as Improved Moving Target Simulator (IMTS), Call For Fire Trainer (CFFT), and M93A1 NBCRS Fox Simulator. The contractor must also provide a Program Management Office (PMO), a Commercial off the Shelf (COTS) Management Information System (MIS), and demonstrate flexibility to integrate new systems and locations.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Anticipated Period of Performance: Base period of 12 months, starting Q1 2027, with four 1-year option periods.
- NAICS Code: 541330 - Engineering Services (Size Standard: $15M).
- Set-Aside: Primarily intended for Small Business; potential for set-aside if two or more qualified small businesses respond.
- Response Due: October 10, 2025, 4:30 PM (ET)
- Published: January 24, 2026
Requirements
Contractor personnel must possess a SECRET security clearance. Key requirements include providing a stable, experienced, and knowledgeable workforce, managing a PMO, implementing a 24/7 accessible COTS MIS, adhering to security (DD Form 254, DoD 5220-22M) and safety standards, and managing program risks. The contractor will also be responsible for a Transition Phase-In Period (PIP) plan and maintaining a Government-provided configuration baseline. Compliance with cybersecurity, information assurance, and AT/OPSEC training is mandatory. An ISO 9001:2000 compliant Quality Control Plan (QCP) is required.
Submission Instructions
Interested companies should submit a white paper (maximum 10 pages, MS Word, 12pt Times New Roman) detailing their company profile, capabilities (including OCONUS presence), and contractor perspective on acquisition and contracting strategies. The white paper should address staffing, ability to begin performance, risk mitigation, appropriate contract types, and recommended source selection evaluation criteria. Proprietary data must be clearly marked. Submissions are via email to the listed POCs.
Additional Notes
This notice is for planning purposes only and does not constitute a commitment or Request for Proposal. The government assumes no financial responsibility for costs incurred in responding. Responses will inform the government's acquisition strategy, potentially leading to a small business set-aside or full and open competition. Partnering is encouraged.
Points of Contact:
- 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)