CSO Call 003 TRANSCOM "Medical" Regulating and Command & Control Evacuation System (TRAC2ES)

SOL #: CSOCall_003_TRAC2ESSolicitation

Overview

Buyer

DEPT OF DEFENSE
Us Transportation Command (Ustranscom)
USTRANSCOM-AQ
SCOTT AFB, IL, 62225-5357, United States

Place of Performance

Scott Air Force Base, IL

NAICS

Custom Computer Programming Services (541511)

PSC

Support Services For Activities Involved With Application Development And Support To Include Analysis, Design, Development, Coding, Testing, And Release Packaging, As Well As Support Of Off The Shelf Business Applications. (DA01)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 9, 2026
2
Last Updated
Apr 9, 2026
3
Submission Deadline
Apr 9, 2026, 10:00 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 US Transportation Command (USTRANSCOM) has issued CSO Call 003 for the "Medical" Regulating and Command & Control Evacuation System (TRAC2ES). This solicitation seeks innovative solutions to enhance, sustain, and modernize the critical TRAC2ES system, which supports global patient movement and handles sensitive PII/PHI. The effort involves IT enterprise modernization, focusing on scalability, performance, cybersecurity, and mobile capabilities. Phase I submissions are due April 9, 2026, by 5:00 PM (CT).

Scope of Work

This opportunity requires comprehensive solutions to modernize TRAC2ES, a system vital for medical regulating, patient evacuation, and command and control decision support. Key requirements include:

  • Enhancement & Modernization: Improve scalability, performance, cybersecurity, interoperability, and operational efficiency.
  • Mobile Application Development: Extend existing web and mobile applications, supporting mission-critical capabilities for iOS and Android, especially in disconnected/intermittent/low-bandwidth (DIL) environments. New application development will be based on current requirements.
  • Cloud & Security: Deployable across UNCLASSIFIED and SECRET environments, supporting multi-cloud platforms (AWS, Azure) at impact levels 2-6. Compliance with RMF, Zero Trust Architecture (ZTA), advanced ICAM, micro-segmentation, and automated security compliance (RMF, STIGs) is mandatory. The government holds unlimited rights to the current TRAC2ES codebase and database design.
  • Agile Development: Implement formal SAFe (Scaled Agile Framework) with ARTs and PI Planning, building upon the current Team-Level Scrum maturity. Utilize CI/CD pipelines and integrate AI-powered tools for development automation.
  • Data & Interoperability: Provide scalable, API-first architecture for real-time data exchange with systems like DEERS, MEIS, OMDS, and ADVANA Pegasus. Leverage AI/ML for optimizing patient movement and resource allocation.
  • Support & Availability: Establish and operate a 24/7/365 global Tier II/III Service Desk (Tier II handles all initial calls, escalating to Tier III; no dedicated Tier I support). Design for horizontal scalability to support 8,000 concurrent users with 99.3% availability.
  • Compliance: Ensure HIPAA compliance as a Business Associate and CMMC Level 2 self-assessment compliance.

Contract & Timeline

  • Type: FAR-based contract (Solicitation)
  • Duration: 12-month base period + four 12-month option periods (June 1, 2026, to May 31, 2031).
  • Estimated Value: $27,000,000 to $37,000,000.
  • Set-Aside: None specified.
  • Phase I Submissions Due: April 9, 2026, by 5:00 PM (CT).
  • Published Date: April 9, 2026.

Submission & Evaluation

Phase I submissions require a White Paper, an associated PowerPoint briefing, a Rough Order of Magnitude (ROM) estimate (to be included in the White Paper), and a Firm Fixed Pricing Model. Submissions must use Times New Roman font (>=12pt). CUI should be transmitted securely via DOD SAFE. Evaluation will focus on comprehensive, integrated solutions addressing Areas of Interest (AoI) attributes; generic capability statements or partial solutions will not be evaluated. A Minimum Viable Product (MVP) will be defined during a 60-day transition period, expected to deliver operational value within 30 days of award.

Additional Notes

Interested parties must refer to Call 003 and all associated attachments, including the related ITEM CSO (TRANSCOM25CSO001). A Nondisclosure Agreement (NDA) is mandatory for access to the Technical Data Package (TDP), which outlines system and interface control documents. Partnerships and teaming arrangements are encouraged. Award is subject to funding availability.

People

Points of Contact

Emily J. VosseSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 6Viewing
Solicitation
Posted: Apr 9, 2026
Version 5
Solicitation
Posted: Apr 8, 2026
View
Version 4
Solicitation
Posted: Apr 6, 2026
View
Version 3
Solicitation
Posted: Mar 31, 2026
View
Version 2
Solicitation
Posted: Mar 11, 2026
View
Version 1
Solicitation
Posted: Mar 9, 2026
View
CSO Call 003 TRANSCOM "Medical" Regulating and Command & Control Evacuation System (TRAC2ES) | GovScope