Sources Sought for the Army MIOSS Program

SOL #: SS-MIOSS-2026Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-ORLANDO
ORLANDO, FL, 32826-3224, United States

Place of Performance

FL

NAICS

All Other Professional (541990)

PSC

Education Services (U009)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 17, 2026
2
Last Updated
Feb 26, 2026
3
Response Deadline
Mar 3, 2026, 7:00 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 is conducting a Sources Sought for the Medical Simulation Training Center (MSTC) Instructor Operator Support Services (MIOSS) program. This market research aims to identify qualified small businesses capable of providing Instructor/Operator (I/O) support for Medical Training Aids, Devices, Simulators, and Simulations (TADSS) worldwide. The Government intends to set this program aside for Total Small Business. Capability statements are due by March 3, 2026.

Opportunity Overview

This Sources Sought notice seeks industry input for the MIOSS program, which requires I/O support services for Medical TADSS globally. An update specifically requests industry to determine, after reviewing the draft Performance Work Statement (PWS), whether this program constitutes commercial or non-commercial services and to provide justification. This is for informational purposes only and does not constitute a Request for Proposal (RFP).

Scope of Services

The requirement involves providing I/Os for teacher-led medical training and situational scenario-based training, along with services related to medical TADSS instruction and operation. Key areas include:

  • Training/Education Services: Instructor-led training for 68W Medical Care, Tactical Combat Casualty Care (TC3) all tiers, and other sustainment medical training.
  • Exercise Support: Planning, management, and operator support for exercises, including scenario development and After Action Reviews (AARs).
  • Program Management: General core task order requirements, including financial, contract, and personnel administration.
  • Training Development & Delivery: Providing existing, modified, or Contractor-developed training tutorials and courseware.
  • Logistics & Support: Managing training supplies and supporting new medical equipment testing. Services are required at MSTCs across CONUS and OCONUS locations, with Appendix A indicating a total of 125 Full-Time Equivalents (FTEs) across various military installations. Personnel must be medically credentialed (NREMT EMT or higher) with specific military/medical backgrounds.

Key Requirements for Response

Interested businesses must submit a capability statement (maximum 7 pages) demonstrating their ability to fulfill the functions described in the attached draft PWS and addressing specific questions:

  • Prior/current corporate experience of similar size and scope within the last three years.
  • Ability to staff personnel at OCONUS locations (Alaska, Germany, Hawaii, Korea).
  • Management approach to staffing and growth.
  • Ability to begin performance upon contract award and recommendations for transition.
  • Capability to perform at least 51% of the work (FAR 52.219-14 (c)(1)) or plans for subcontracting.
  • Impact of a single award IDIQ contract with a 60-month ordering period (1 base year + 2-4 option years) and schedule labor ceiling pricing.
  • Identification of primary risk areas/issues and proposed mitigation strategies.
  • Response to the commercial vs. non-commercial services question.

Contract & Set-Aside Details

The Government's intent is to set aside this program for Total Small Business (FAR 19.5), pending market research confirmation of at least two capable small businesses. All small business socio-economic categories will be considered. The applicable NAICS code is 541990, All Other Professional, Scientific, and Technical Services, with a $19.5 million size standard. The potential contract vehicle is anticipated to be a single award IDIQ with a 60-month ordering period, including a base year and 2-4 option years.

Submission Information

Capability statements must be submitted electronically to usarmy.orlando.peo-stri.mbx.mioss@army.mil by 4:00 p.m. EST on March 3, 2026. Submissions should reference the SAM notice number and title in the subject line and use Microsoft Office 2013 compatible or Adobe Acrobat 9 Pro formats. Company profiles, including DUNS/CAGE Code and small/large business status, are required. Large businesses are permitted to respond. The primary point of contact is Christina Minnon (christina.l.minnon.civ@army.mil).

Important Notes

This is a Sources Sought notice for informational purposes only and does not constitute a solicitation or commitment to award a contract. No funds are available for response preparation. Several appendices are provided, including a draft PWS, acronyms, site locations with FTEs, and Army regulations relevant to medical training.

People

Points of Contact

Christina MinnonPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3
Sources Sought
Posted: Feb 26, 2026
View
Version 2Viewing
Sources Sought
Posted: Feb 26, 2026
Version 1
Sources Sought
Posted: Feb 17, 2026
View
Sources Sought for the Army MIOSS Program | GovScope