Sources Sought for the Army MIOSS Program
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 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.