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

SOL #: RFP_W911QY26RA007_MaterielFielding_MedicalLiaisonSupportServicesSolicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-APG NATICK
NATICK, MA, 01760-5011, United States

Place of Performance

Place of performance not available

NAICS

All Other Professional (541990)

PSC

Logistics Support Services (R706)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 18, 2026
2
Last Updated
Mar 13, 2026
3
Submission Deadline
Mar 23, 2026, 2:00 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 Department of the Army, ACC-APG NATICK, has issued Solicitation W911QY-26-R-A007 for Materiel Fielding and Medical Liaison Support Services. This opportunity seeks to support the Capability Program Executive - Ground (Soldier Systems), Project Manager Soldier Medical Devices (PM SMD). The contract is anticipated to be a Firm Fixed Price and Cost No Fee type. Proposals are due by 10:00 AM Eastern Time on March 23, 2026.

Opportunity Details

This solicitation, identified as W911QY-26-R-A007, is for Materiel Fielding and Medical Liaison Support Services. The North American Industry Classification System (NAICS) code is 541990 (Logistics Support Services). An amendment (0001) was issued on March 9, 2026, incorporating revisions to the Performance Work Statement (PWS), Estimate of FTEs Position Description, and Pricing Sheet, based on vendor questions and answers.

Scope of Work

The contractor will provide comprehensive support services including:

  • Program Management: Task management, transition planning (in/out).
  • Management Analysis Support: Operational plan development, progress analysis, resource accounting.
  • Medical Liaison Support: Technical guidance for medical sustainment, maintenance coordination, Class VIII re-supply, on-site infrastructure coordination.
  • Logistics Analysis: Supporting fielding missions, data planning, post-fielding requirements, Army Automation Systems utilization.
  • Transportation Coordination: Managing medical equipment sets globally, developing transportation concepts.
  • Fielding Surge Support Services: Providing support during increased operational tempo. Services are to 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. The PWS (Rev. 1) emphasizes identifying and recommending automated technology solutions (e.g., AI, RPA, ML) for process efficiencies.

Contract & Timeline

  • Contract Type: 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 6-month extension under FAR 52.217-8.
  • Set-Aside: None specified, though various small business provisions are included.
  • Proposal Due Date: March 23, 2026, at 10:00 AM Eastern Time.
  • Questions Due Date: March 2, 2026 (as per original description, but Q&A document was published March 9, 2026, implying questions were already addressed).

Submission & Evaluation

Proposals will be evaluated on a best value basis considering three factors:

  1. Technical (Factor 1): Includes Management Approach and Fielding Support subfactors, evaluated with a Combined Technical/Risk Rating.
  2. Past Performance (Factor 2): Rated based on recency (extended to last 7 years) and relevancy, receiving a Confidence Rating. The Past Performance volume should be Phase II Volume VI.
  3. Price (Factor 3): Evaluated for fairness and reasonableness, leading to a Total Evaluated Price. Key personnel resumes (limit 2 pages, not counted against volume limit) are required in addition to Letters of Intent.

Key Clarifications & Requirements

  • 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.
  • CMMC: Cybersecurity Maturity Model Certification (CMMC) Level 1 is required for award, as CUI will be handled on GFE systems.
  • Organizational Conflicts of Interest (OCI): Offerors must identify and address any OCIs. For Phase I evaluation, Volume IV (Attachment 0002) must include an OCI certification/declaration and a notional OCI Mitigation Plan if a current OCI is identified.
  • Deliverables: The revised Contract Data Requirements List (CDRL) (Exhibit A Rev. 1) outlines 23 specific deliverables, including Process Efficiency Recommendations, Monthly Progress Reports, Fielding Analysis Reports, and an Executive Level Fielding Schedule (ELFS).
  • Staffing: Attachment 0003 (Rev. 1) details minimum Full-Time Equivalents (FTEs) and position descriptions for various labor categories across all performance periods and locations. Staff onboarding is expected within 30 days after contract award.
  • Joint Ventures: For Joint Ventures, only one JV member needs to hold a facility clearance, but all members must meet CMMC requirements.

Contact Information

Primary Point of Contact: Patrick Wallace (patrick.j.wallace3.civ@army.mil) Secondary Point of Contact: Trisha Scott (trisha.r.scott.civ@army.mil)

People

Points of Contact

Patrick WallacePRIMARY
Trisha ScottSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3
Solicitation
Posted: Mar 13, 2026
View
Version 2Viewing
Solicitation
Posted: Mar 9, 2026
Version 1
Solicitation
Posted: Feb 18, 2026
View
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 | GovScope