Security Assistance Mentors and Cultural Advisors (SAMA) SAMA 3.0 for USMILGP-Iraq

SOL #: W519TC-26-R-SAMA3Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-RI
ROCK ISLAND, IL, 61299-0000, United States

Place of Performance

Baghdad and Erbil, IQ-BG, Iraq

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

Other Administrative Support Services (R699)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 13, 2026
2
Response Deadline
Mar 3, 2026, 3:00 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 Army Contracting Command – Rock Island (ACC-RI), on behalf of the United States Military Group-Iraq (USMILGP-Iraq), is issuing a Request for Information (RFI) for Security Assistance Mentors and Cultural Advisors (SAMA 3.0) services. This market research aims to identify sources capable of assisting Iraqi ministries (Ministry of Defense, Counter Terrorism Service, and Ministry of Peshmerga Affairs) in building self-reliant, sustainable security forces. Responses are due by March 3, 2026, at 10:00 AM US Central Time.

Purpose & Context

This RFI is for market research purposes to gather information from potential vendors for the SAMA 3.0 program, which is a follow-on to an existing contract ending November 28, 2026. The objective is to support USMILGP-Iraq's mission by enhancing the institutional capabilities of the Government of Iraq (GoI) ministries, specifically the MoD, CTS, and MoPA. The ultimate goal is to improve their ability to organize, train, equip, and sustain all Iraqi Security Forces (ISF), foster integration, and ensure long-term resiliency.

Scope of Work

Contractors will provide all necessary personnel, equipment, and services to advise and assist USMILGP-Iraq. Core activities include assessing MoD, CTS, and MoPA systems, and subsequently advising and mentoring ministry officials to foster improvement and self-reliance. This also involves providing expert cultural advisory and translation services. Key functional areas of support span Administration, Force Development, Procurement & Acquisition, Contracting, Training Management, Logistics, Personnel Management, Communications, Planning and Operations, Infrastructure Management, Intelligence, and Executive Development. Personnel will support various USMILGP-Iraq teams, including the Front Office, Education, Exercises and Training team (EET), Northern Affairs, Air Navy, and Army Special Missions.

Contract Details & Requirements

  • Opportunity Type: Request for Information (RFI) / Sources Sought. This is not a solicitation for proposals.
  • Anticipated Structure: The effort is expected to be structured with a 12-month base period, four 12-month option periods, and include FAR Clause 52.217-8 Option to Extend Services for up to 6 additional months.
  • Place of Performance: Primarily Baghdad and Erbil, Iraq, with potential for temporary duty (TDY) in the Middle East and the United States.
  • Personnel Requirements: All SAMA positions require a SECRET security clearance. Key personnel include a Site Lead and Movement Coordinator, 4 SAMA MoD Advisors, and 1 SAMA MoPA Advisor. A minimum verifiable four-year degree is generally required, with exceptions for significant experience. Personnel must be proficient in Microsoft Office, adaptable to local Iraqi customs, and fluent in English and Arabic. Contractor travel within the USCENTCOM AOR, including Iraq, will be required.
  • Deliverables: Daily Accountability Reports, Monthly Self-Assessment Reports, and Quarterly Self-Assessment Reports.

Set-Aside & Evaluation

This RFI will help the Government formulate an acquisition strategy. Responses will be assessed to determine if a future solicitation will be conducted as full and open competition or set-aside for small businesses. A best value/tradeoff evaluation approach is contemplated for any subsequent solicitation.

Response Instructions

Interested parties must complete the provided Contractor Capability Survey and indicate their small business status. Submissions are limited to five (5) pages and must be in a Microsoft Word compatible format.

  • Responses are due by March 3, 2026, at 10:00 AM US Central Time.
  • Submit electronically to jennifer.b.trevino.civ@mail.mil.
  • The subject line for all correspondence must be: "Request for Information-SAMA 3.0 Recompete-Vendor Name."
  • Questions concerning this acquisition should be directed to Jennifer Trevino at jennifer.b.trevino.civ@army.mil or (520) 715-1206.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Sources Sought
Posted: Feb 13, 2026
Security Assistance Mentors and Cultural Advisors (SAMA) SAMA 3.0 for USMILGP-Iraq | GovScope