DIGITAL FIRES SYSTEMS ENGINEERING SERVICES
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 is soliciting proposals for Digital Fires Systems Engineering Services (DFSE) to provide advanced technical expertise and integration support for the III Armored Corps (IIIAC) Fire Support Element (FSE) at Fort Hood, TX. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside is critical for maintaining the operational readiness of digital fires architecture and the sensor-to-shooter kill chain. Quotes are due May 25, 2026, at 4:00 PM Central Time.
Scope of Work
The requirement is for one full-time, on-site Digital Fires Systems Integration Engineer (DFSE) to integrate, configure, troubleshoot, and evaluate complex digital fire support systems, tactical communications networks, sensors, and emerging mission command technologies. Key support areas include multinational fires interoperability (ASCA, ABCANZ, FMN, MIP) and Army modernization efforts like Next Generation Command and Control (NGC2). The contract also includes a surge capability for additional qualified DFSE personnel to support simultaneous training, exercises, or experimentation events at multiple geographically separated locations (CONUS and OCONUS, up to five locations).
Key Requirements
The DFSE Key Personnel must possess a minimum of five years of operational experience, an active SECRET clearance (TOP SECRET may be required), and DoD Information Assurance Level I certification. Experience with specific systems such as AFATDS, ATAK, and JADOCS is required. Cybersecurity Maturity Model Certification (CMMC) Level 2 is mandatory.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP) with a Cost-No Fee CLIN for travel.
- Period of Performance: A base year (June 15, 2026 - June 14, 2027) plus four 12-month option periods and a 6-month option, not to exceed 66 months total.
- NAICS Code: 541330, with a $25.5M size standard.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
- Questions Due: May 19, 2026, 12:00 PM CT.
- Responses to Questions Posted: May 21, 2026, 04:00 PM CT.
- Quote Due Date: May 25, 2026, 04:00 PM CT.
Submission & Evaluation
This is a Request for Quotation (RFQ). Quotes must be submitted electronically to the primary and alternate points of contact and include:
- Volume I - Technical Submission: Detailed resume for Key Personnel (2 pages), proof of clearance, IAT Level I certification, and CMMC status/compliance (SPRS summary score or CMMC certificate). A sanitized copy of the technical submission is required.
- Volume II - Past Performance Information: Up to three relevant contracts.
- Volume III - Price Submission. Evaluation factors include Technical Capability (with strict evaluation of Key Personnel qualifications), Past Performance (satisfactory or neutral required), and Price. CMMC status/SPRS score will be evaluated on an Acceptable/Unacceptable basis. Award will be made to the offeror meeting minimum technical requirements, demonstrating satisfactory or neutral past performance, and offering the most advantageous price.
Additional Notes
This announcement constitutes the only solicitation; a written solicitation will not be issued. Offerors are advised to review all 88 pages of the solicitation package in its entirety. Electronic invoicing via WAWF is required.