ATC Scientific and Engineering Requirement 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 Department of the Army, ACC-APG, is soliciting proposals for Scientific and Engineering Instrumentation and Support Services for the U.S. Army Aberdeen Test Center (ATC). This Total Small Business Set-Aside opportunity seeks to augment ATC's in-house capabilities for developing and procuring cutting-edge instrumentation systems and test facilities. The contract will be a single award Indefinite Delivery/Indefinite Quantity (IDIQ) with Time & Materials (T&M), Firm-Fixed-Price (FFP), and Cost-No-Fee task orders. Proposals are due May 21, 2026.
Scope of Work
The contractor will provide quick-response scientific and engineering support, including:
- Procuring Commercial Off-the-Shelf (COTS) instrumentation and fabricating custom parts (PCBs, cabling, mechanical enclosures).
- Designing and fabricating custom equipment, including prototypes (less than 20 units) and small-scale production runs (50-100 units).
- Developing custom data analysis and visualization software.
- Improving instrumentation user manuals and designing/installing custom test facilities.
- Integrating COTS systems, performing research and analysis of alternatives, and creating/updating documentation. Work will primarily be performed at the contractor's facility, with some on-site support at Aberdeen Proving Ground (APG), MD.
Contract Details
- Contract Type: Single Award IDIQ (T&M, FFP, Cost-No-Fee task orders).
- Period of Performance: Approximately 3 years (e.g., June 1, 2026, to May 31, 2029).
- Estimated Value: $9,000,000.00 over the three-year base period.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 541330 (Engineering Services).
- PSC: R425 (Engineering And Technical Services).
Key Requirements & Deliverables
- Personnel: Key personnel (Project Manager, Senior Project Engineer) must meet specific degree and experience requirements. All employees require final SECRET clearance, and the contractor must possess a SECRET Facility Clearance. Cybersecurity and IT certifications are also required for relevant personnel.
- Reporting: Monthly Progress Reports (CDRL A001) and Monthly Financial Status Reports (CDRL A002).
- Compliance: Adherence to specified commercial or military standards (e.g., MIL-STD 810, 464, 1472, 882E, 461) and maintenance of a Quality Control System.
- Data Rights: Government receives unlimited rights to all technical data and computer software funded under this contract.
Submission & Evaluation
- Proposal Submission: Electronically via email, organized into four volumes: Technical, Past Performance, Price, and Solicitation/Award Documents/Certifications/Representations.
- Evaluation Criteria: Best value trade-off, with Technical being most important, followed by Past Performance and Price (equally important). A minimum "Acceptable" rating is required for Technical and Past Performance.
- Past Performance: Offerors' points of contact must complete and submit a Performance Assessment Questionnaire by May 21, 2026, or 3 days after receipt, whichever is first.
- Offer Due Date: May 21, 2026, at 2:00 PM UTC.
Additional Notes
Bidders must thoroughly review all attached documentation, including the Performance Work Statement, Cost/Price Model, Wage Determination, Labor Category Descriptions, and Quality Assurance Surveillance Plan. Contact Noah Lane (noah.r.lane.civ@army.mil) or Todd Strasavich (todd.m.strasavich.civ@army.mil) for access difficulties or questions.