Solicitation: W911QY-26-R-A007 - Capability Program Executive - Ground (Soldier Systems), Project Manager Soldier Medical Devices (PM SMD), Materiel Fielding and Medical Liaison Support 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, ACC-APG NATICK, has issued Solicitation W911QY-26-R-A007 for Materiel Fielding and Medical Liaison Support Services. This opportunity supports the Capability Program Executive - Ground (Soldier Systems) and Project Manager Soldier Medical Devices (PM SMD). The contract aims to provide essential services for the operational Army, including program management, logistics, and medical liaison. Proposals are due by March 23, 2026, at 10:00 AM ET.
Scope of Work
The contractor will provide comprehensive support services, including:
- Program Management: Task management, transition planning, ensuring efficiency, accuracy, and compliance.
- Management Analysis: Operational plan development, progress analysis, issue identification, resource accounting, and reporting.
- Medical Liaison Support: Technical guidance for medical sustainment, maintenance coordination, Class VIII re-supply, requirement estimation, and on-site infrastructure coordination for fielding missions.
- Logistics Analysis: Support for fielding missions, planning data, post-fielding requirements, and Army Automation Systems utilization.
- Transportation Coordination: Global management of medical equipment sets, transportation concept development, and monitoring.
- Fielding Surge Support: Additional support for increased operational tempo or unforeseen events.
Services will be performed at Fort Detrick, MD, and various other Government facilities including Fort Bragg, Fort Hood, Fort Carson, Fort Campbell, Joint Base Lewis-McChord (WA), Joint Base Elmendorf-Richardson (AK), and locations in Germany.
Contract Details
- Contract Type: Contemplated Firm Fixed Price and Cost No Fee.
- Period of Performance: A base period from April 2, 2026, to April 1, 2027, followed by four 12-month option periods, and a potential six-month extension.
- Set-Aside: None specified, though the solicitation mentions various small business provisions are included.
- Product Service Code: R706 (Logistics Support Services).
Key Requirements & Deliverables
Offerors must meet several critical requirements:
- Certifications: Cybersecurity Maturity Model Certification (CMMC) Level 1 is mandatory.
- Security: A Secret Facility Clearance is required for the Prime Offeror, and active Secret clearances for key personnel. Positions may require a Tier 3 Investigation.
- Personnel: Key personnel include Program Manager, Management Analyst, and Logistics Analysts (Medical Liaison Officers). Estimated FTEs and position descriptions are provided in Attachment 0003.
- Compliance: Offerors must identify and address any Organizational Conflicts of Interest (OCI) via a certification and potential mitigation plan (Attachment 0002). A Non-Disclosure Agreement (NDA) will be required.
- Quality Assurance: Performance will be monitored against a Quality Assurance Surveillance Plan (QASP) (Attachment 0006).
- Deliverables: Include Proficiency Recommendations, Monthly Progress Reports, Transition Plans, Contingency Operations Plans, and Fielding Analysis Reports, as detailed in the PWS and CDRL (Exhibit A).
Submission & Evaluation
- Proposals Due: March 23, 2026, at 10:00 AM ET.
- Questions Due: March 2, 2026.
- Evaluation Factors: Proposals will be evaluated on Technical (Factor 1), Past Performance (Factor 2), and Price (Factor 3).
- Award Basis: Award will be made on a best value basis. Past performance will be assessed via a Performance Assessment Questionnaire (Attachment 0010).