Transformation Cell
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 U.S. Army Cyber Center of Excellence (CCOE) and Fort Gordon, Georgia, through W6QM MICC-FT GORDON, is conducting a Sources Sought to identify qualified small businesses for a non-personnel services contract to provide Transformation Cell support. This market research aims to determine the appropriate acquisition method, with an anticipated 8(a) Set-Aside (FAR 19.8). Responses are due by April 9, 2026, at 9:00 a.m. EST.
Scope of Work
The requirement is for technical assistance to the Fort Gordon, Georgia (FGGA) transformation initiative and to support multi-discipline Cyber and Signal operations. The contractor will assist the Transformation Cell (TC) in transforming FGGA and the CCoE into a world-class training installation, developing the future cyber workforce, and operationalizing cyber integration through dominant information partnerships. A draft Performance Work Statement (PWS) is available for review.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: Anticipated 8(a) Set-Aside (FAR 19.8), contingent on sufficient qualified small business responses.
- NAICS: 541614 Process Physical Distribution and Logistics Consulting Services (Size Standard: $20M)
- Place of Performance: Fort Gordon, GA
- Response Due: April 9, 2026, 9:00 a.m. EST
- Published: March 19, 2026
Information Requested
Interested firms should provide:
- Company details (name, POC, phone, email, DUNS, CAGE, small business status/certifications, GSA Schedule if applicable).
- Indication of interest as a prime contractor, including any subcontracting, joint ventures, or teaming arrangements.
- Percentage of work performed by the small business prime and similarly situated entity subcontractors.
- Type(s)/certifications(s) of proposed subcontractors.
- Detailed previous experience on similar requirements (size, scope, complexity, timeframe, government/commercial).
- Recommendations to structure contract requirements for small business competition and improve the PWS.
- Identification of any conditions unnecessarily restricting competition.
Additional Notes
This is solely for information and planning; it does not constitute a solicitation or a promise to issue one. The Government is not seeking quotes or proposals at this time and will not pay for response costs. Not responding does not preclude future participation. Potential offerors are responsible for monitoring SAM.gov for any future solicitations. Responses should be submitted to Martina Bond via email in Microsoft Word or PDF format.