Artillery, Chemical Training (ACT)

SOL #: W900KK26R0011Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-ORLANDO
ORLANDO, FL, 32826-3224, United States

Place of Performance

Orlando, FL

NAICS

Engineering Services (541330)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Training Aids And Devices (J069)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 24, 2026
2
Last Updated
Mar 9, 2026
3
Response Deadline
Feb 19, 2026, 9:30 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 (ACC) Orlando, on behalf of PEO STRI, is conducting market research for worldwide Life-Cycle Contractor Support (LCCS) for the Artillery and Chemical Training (ACT) Training Aids, Devices, Simulations and Simulators (TADSS) program. This Sources Sought aims to identify qualified firms for a contract vehicle providing maintenance, logistics, and program management for various ADA, FA, and Chemical training devices across CONUS and OCONUS locations. An Industry Day is scheduled for February 24-26, 2026, at Fort Sill, OK, with questions due by February 19, 2026.

Opportunity Details

This is a Sources Sought notice for planning purposes only, not a Request for Proposal. The Government is seeking information from interested parties to determine the acquisition strategy for the ACT LCCS requirement. The anticipated period of performance is a 12-month base period starting Q1 2027, with four one-year option periods.

The primary NAICS code under consideration is 541330 - Engineering Services, with a $15M size standard. While the metadata indicates a Total Small Business Set-Aside (FAR 19.5), the Government states the final acquisition strategy, including set-aside (full, partial, or full and open), will be determined based on market research responses. Contractor personnel will require a SECRET security clearance.

Scope of Work

The contractor will provide comprehensive LCCS services, including:

  • Maintenance and Logistics Support: For ADA, FA, and Chemical TADSS devices located worldwide (e.g., Ft. Sill, Ft. Leonard Wood, Vilseck, Camp Humphreys). Specific devices include IMTS, C-RAM LPWS, OMT FoS, CFFT FoS, HIMARS OMT FoS, M93A1 NBCRS Fox Simulator, and Stryker NBCRV Virtual Crew Trainer.
  • Program Management: Overall on-site management, coordination with remote locations, and establishment of a Program Management Office (PMO).
  • Technical Support: Engineering functions, repairs, system testing, technical oversight, and logistical support to maintain TADSS and Material Support Packages (MSP) in fully operational condition.
  • Operational Requirements: Compliance with security (DD Form 254, DoD 5220-22M), safety, and risk management protocols. Provision of a 24/7 accessible Commercial off the Shelf (COTS) Management Information System (MIS).
  • Flexibility: Ability to integrate new systems and locations without degrading existing services.

Submission Requirements

Interested companies are encouraged to submit a white paper (limited to 10 pages, MS Word, 12pt Times New Roman) addressing their qualifications and capabilities. The white paper should include:

  • Company Profile: Name, office locations, DUNS/CAGE, small/large business status (all types permitted), POC, description of capabilities (defense industry training services, staff composition, academic degrees, professional experience), ability to grow, and prior/current corporate experience (last 3 years).
  • OCONUS Capability: Ability to have personnel in Alaska, Germany, Hawaii, and/or Korea.
  • Contractor Perspective: Management approach to staffing, ability to begin performance, risk areas/mitigation, recommended contract type, and suggestions for structuring requirements for small business competition and source selection criteria.
  • White Paper Deadline: Responses were requested by October 10, 2025. (Note: This deadline precedes the notice's published date of January 24, 2026, suggesting the white paper submission period may have concluded.)

Industry Day & Contacts

An Industry Day is scheduled for February 24-26, 2026, at Fort Sill, Oklahoma, to provide an in-depth introduction to the ACT pre-solicitation. The event will cover the Draft Performance Work Statement (PWS) and TADSS Maintenance Requirements, including one-on-one sessions. Questions for the Industry Day must be submitted in writing by February 19, 2026, to Ruth Torres.

Disclaimer

This is for planning purposes only and does not constitute an RFP or commitment. Submission is voluntary, and the Government assumes no financial responsibility. The acquisition strategy (e.g., small business set-aside, full and open, multiple awards) will be determined based on market research responses. Partnering is encouraged.

People

Points of Contact

Files

Files

Download

Versions

Version 4
Sources Sought
Posted: Mar 9, 2026
View
Version 3
Sources Sought
Posted: Jan 24, 2026
View
Version 2Viewing
Sources Sought
Posted: Jan 24, 2026
Version 1
Sources Sought
Posted: Jan 24, 2026
View