FY26 TCS Watercraft Systems Integration Support
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 Mission and Installation Command (MICC) - Fort Eustis is conducting market research via a Sources Sought Notice for FY26 TCS Watercraft Systems Integration Support. This effort seeks to identify qualified firms capable of providing non-personal services for the integration and fielding of new Watercraft Systems Training Aids, Devices, Simulators, and Simulations (TADSS) and training equipment for the Maritime & Intermodal Training Department (MITD). Responses are due May 20, 2026, at 9 AM EST.
Scope of Work
The contractor will provide Watercraft Systems Integration Support, enabling the integration and fielding of new Watercraft Systems TADSS and training equipment. This supports the MITD, which is the primary training site for Watercraft, Cargo Handling, and Rail Operations, and aligns with the Army Watercraft Transformation strategy. Further details are available in the draft Performance Work Statement (PWS) attached as Attachment 1.
Contract & Timeline
- Type: Sources Sought / Market Research (anticipates competitive procurement)
- Anticipated Contract Type: Firm-Fixed-Price
- Estimated Period of Performance: 12-month base period commencing September 15, 2026, plus six 12-month option periods.
- NAICS: 541816 - Other Management Consulting Services (Small Business Size Standard: $19 million)
- PSC: R408 - Support- Professional: Program Management/Support
- Response Due: May 20, 2026, 9 AM EST
- Published: May 13, 2026
Set-Aside & Eligibility
A small-business set-aside will be considered if two or more qualified small businesses respond with sufficient information. Businesses of all sizes are encouraged to respond, clearly identifying their business size and socio-economic status. If an unrestricted competition is pursued, the Government will identify a subcontracting goal.
Submission Requirements
Interested parties must submit a capabilities statement, not exceeding ten (10) pages, via email to Mrs. Kristen Walden (kristen.l.walden.civ@army.mil) and Mr. David M. Clark (david.m.clark210.civ@army.mil). The statement should include:
- Organization details (name, address, CAGE, UEI, POC, website, phone, size/ownership).
- Tailored capability statements addressing past performance, task/team management, technical skills, key personnel qualifications, business focus, and company profile.
- Indication of interest as prime, subcontractor, joint venture, or team arrangement.
- For small businesses: percentage of work performed by prime/similarly situated entities, subcontractor types/certifications, and ability to perform at least 50% of tasking.
- Recommendations for structuring requirements to facilitate small business competition and improving the PWS.
- Identification of small business status (SDB, 8(a), HUBZone, SDVOSB, WOSB).
Additional Notes
This is for informational purposes only and does not constitute a solicitation. No feedback or evaluations will be provided. Not responding does not preclude future participation. Potential offerors should monitor the Government-Wide Point of Entry (GPE) for future solicitations.