INTRODUCTION
The Army Contracting Command (ACC) Orlando is issuing this sources sought notice and holding an industry day as a means of conducting market research to identify parties having the capability and the resources to support the requirement to provide agile, specialized and cost effective Security Assistance Teams (SATs) in order to facilitate security assistance programs that build partnership capacity as well as defense and security relationships that promote specific U.S. security interests, including all security assistance activities, develop allied and friendly military capabilities for self-defense and multinational operations, and provide U.S. forces with peacetime and contingency access to host nations in support of United States Army Campaign Plan and U.S. national security objectives.
The market research will support the intention to award a new Multiple Award Task Order Contract (MATOC) Indefinite Delivery Indefinite Quantity (IDIQ) contract for Ground Education and Training Support Services for the USA-SATMO FMS mission.
PLACE OF PERFORMANCE
Minimal Continental United States (CONUS) performance (Program Management) and Phase-In Period will occur. Predominantly performance will be Outside the Continental United States (OCONUS).
*NOTE 01: The OCONUS portion required will have contractor performance under potentially austere, physically demanding, and stressful working conditions.
PROGRAM BACKGROUND
U.S. Army Security Assistance Training Management (USA-SATMO) is a subordinate command under the U. S. Army Security Assistance Command (USASAC), a Major Subordinate Command (MSC) of Army Material Command (AMC). SATMO executes the overseas portion of the U.S. Army’s Security Assistance Enterprise Outside Continental United States (OCONUS) training and technical assistance mission. SATMO plans, forms, prepares, deploys, sustains and re-deploys Continental United States (CONUS)-based (from the continental U.S.) SATs to execute OCONUS (overseas) Security Cooperation missions in support of Geographic Combatant Command Theater Security Cooperation Programs and U.S. foreign policy (for the purposes herein, the terms “Security Assistance” and “Security Cooperation” mean “Foreign Military Aid.”).
SATMO staff teams with active component Army, active component members of other services, reserve component Army, reserve component members of other services and Department of Defense (DoD) civilians. SATMO may use contractor services if none of these are available for a given Ground SAT mission. Because of long lead-times for non-contract personnel, and current operations tempo, SATMO anticipates an increasing requirement for contractor support, especially for ground defense systems, maintenance and operational planning.
Specific skill requirements will be identified at the Task Order (TO) level. When it is known that uniformed personnel will not be available, contractor support will become the first option considered. In other cases, the more rapid reaction time of contractors may be a governing factor in using contractor teams. Ground SATs deployed because of these requirements may be a single Contractor employee, a combination of DoD personnel and Contractor employee(s), or entirely Contractor employees.
Ground services will be provided during the Ground SAT execution phase and during the post deployment stage of a Ground SAT mission cycle. The ground services required are divided into two (2) categories: training-related services and technical assistance-related services. The example subtasks and explanations listed below are representative, but not all inclusive, of Ground SAT missions that SATMO may accomplish during a TO.
SPECIFIC TASKS (From Original PWS)
Tasks listed herein are only examples and are not to be performed unless issued in a Task Order. These are intended to provide a sampling of the types of missions (and inherent requirements) which could reasonably be expected to be resourced and executed by the contractor. The list is by no means exhaustive, either in the nature or the scope of possible missions.
Training Related Services. SATMO provides Ground training and advisory services to customer-Host Nations in several different major areas.
Generic Equipment or Weapon System Related Training Task Statement. Train and advise host nation public forces (trainee audience ranges in size from a single individual to brigade sized units) on the integration, operation, employment, life cycle sustainment and maintenance of specific equipment or weapon systems. Equipment or Weapon Systems include any past or currently fielded U.S. Army equipment. These types of tasks include the following subtask. No acquisition/purchase of new/used equipment, nor New Equipment Training (NET) type deliverables or services will be part of the requirements under this MATOC. The exception will be for training materials, training aids (e.g., medical mannequins), or spare parts that may be used or consumed during training.
Inspect.
Promote host nation safety.
Set-up and place into operation.
Assist to establish host nation systems, programs, processes, and Standard Operating Procedures (SOPs), especially in the areas of safety, operations, training, standardization, maintenance, logistics, and sustainment.
Conduct individual and collective tactical and sustainment training.
Maintain (from operator to depot level).
Integrate into individual and collective training programs.
Generic Ground Non-Equipment Related Training Task Statement. Contractor shall train, instruct and provide subject matter expertise in customer-nation public forces (trainee audience ranges in size from a individuals, to units, and staffs at all levels, and in experience from recruits to field grade officers and commanders) on the tactics, techniques, and procedures (TTP) of combat, combat support and combat service support skills (or any military subject matter from basic rifle marksmanship to national security strategy), both individual and collective, at any skill level. These types of tasks generally last six months and less but can occasionally last one or more years depending on the dates established in the task order. Essential Training Requirement Subtasks may include:
Advise and provide subject matter expertise with the establishment of officer and/or Non-Commissioned Officer (NCO) professional development systems, schools or curriculum, and provide training/instruction for the same.
Advise and provide subject matter expertise with combat, combat support and combat-service support doctrinal development.
Education and Training Support. Includes as a minimum, requirement analysis, curriculum design, development, presentation, and evaluation of training support products. All functions required in developing standard classroom and field-use training products, including Programs of Instruction (POIs), analog and digital interactive courseware, and computer-based training as required. These tasks are usually performed in CONUS prior to deployment on SAT missions IAW USA-SATMO’s individual Task Order. It also includes training data collection, packaging, storage and presentation throughout the training period and upon completion of the SAT.
Technical Assistance Related Services. Provide technical assistance and expertise required to operate, maintain, sustain or return complex systems to operational readiness. Examples include tanks, artillery systems air defense weapons, warehouse, planning, logistics, personnel or budget management systems.
Generic Ground Maintenance Related Technical Assistance Task Statement. Provide technical assistance and expertise to repair, modernize, inspect or validate the mission readiness of equipment or weapon systems and their components. All final inspections will be accomplished by the Government or country. Training of customer-nation personnel is not the primary focus during these missions. Any training benefit derived is collateral to the primary mission. Essential Maintenance Related Subtasks may include:
Inspect, troubleshoot and repair U.S. military wheeled vehicles provided to the country under the Excess Defense Article (EDA) program, Foreign Military Sales (FMS) program, and Foreign Military Financing (FMF) program.
General Ground Logistics Related Technical Assistance Task Statement. These tasks
support requirements of configuration managers, computer scientists, engineers, technical illustrators, and subject matter experts in all logistics functional areas. They work to produce products ranging from front-end analysis to modifications of and development of logistics systems to include:
Storage, warehousing, supplies and services, maintenance, procurement, and the related documentation IAW the individual task order. Essential Logistics Related Subtasks may include:
Logistics Management Analysis. Involves the planning, organizing, directing and controlling life cycle functions necessary to ensure tactical and strategic success of an organization. Often management analysis/studies are required to improve the operations on a micro or macro level. Logistics Requirements and Planning, Product Support, Maintenance Planning, Organizational/Operational Analysis, Customer Support Analysis, and System Retirement/Disposal Analysis are some of the life cycle functions referred to above.
Logistics Support Analysis (LSA). LSA influences the design of a system and defining support system requirements and criteria. LSA ensures systematic and comprehensive analysis are conducted throughout all phases of the system life cycle in order to satisfy readiness and supportability objectives.
Life Cycle Costs (LCC) and System Analysis. LCC analysis identifies the total costs of alternatives or estimates the cost impact of the various designs and logistics support options.
Supply Support. Management actions, procedures and techniques used in determining requirements to acquire, catalog, receive, store, transfer, issue and dispose of items. The contractor may be required to train, mentor, and/or perform any of these functions or a combination thereof including the purchase of spare parts for systems. The contractor may also be requested to review, assess and evaluate current system procedures in the supply support arena.
Technical Data Support. Facilitates the life cycle of systems. This data consists of manuals and drawings of scientific and/or technical nature and may consist of documentation of computer programs and related software.
Generic Ground Engineering/Technical Support Services Task Statement. Provide engineering and technical support as a member of a SAT to a customer-nation’s public forces IAW SATMO’s individual task order. Essential Engineering Related Subtasks may include:
Systems Engineering. Aid in design, implementation, evaluation, verification and validation of documentation, methods and tools. Support the operation and maintenance of selected simulations and simulation equipment necessary to conduct training.
Operational/Maintenance Support for all simulations/training, and operational systems by specialists with appropriate expertise.
Human Factor Engineering Support to maximize personnel-equipment and the learning environment.
Generic Ground Management Consultation Services Task Statement. Provide senior decision makers with advice, management expertise and techniques to enhance their decision-making processes. Essential Management Related Subtasks may include:
Operational Planning. Analyzing emergent requirements and assisting in planning development to meet those requirements.
Organizational Planning. Analyze organizational expansion to assist decision-makers regarding how to meet increasing requirements and/or reductions to right-sizing organizations to their mission requirements. Assist toward establishing a balance between operational requirements and organizational size and structure.
Provide subject matter expertise in tactical and strategic warfare.
Perform trade-off studies, economic analysis or surveys.
Provide acquisition analysis designed to improve the acquisition decisions and the process.
ELIGIBILITY
The applicable NAICS code for this requirement is 611699 (All Other Miscellaneous Schools and Instruction), with a Small Business Size Standard of $16.5M. The Product Service Code is U008 (Education/Training services). Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.
*NOTE 01: The current SBA Table of Small Business Size Standards was updated 17 March 2023; since the beginning of 2022, the SBA has regularly updated the table to account for inflation. Businesses must update their SAM.gov profiles to have their small business status reflect the most current small business size standards. Until updated, the SAM profiles will continue to display the small business status under outdated size standards.
*NOTE 02: In accordance with 13 C.F.R. 121.104, the current calculation for dollar (monetary) value based NAICS codes is average total receipts over the last five (5) completed fiscal years
*NOTE 03: In accordance with 13 C.F.R. 121.106, the current calculation for employee based NAICS codes is average number of employees used for each pay period for the preceding completed 24 calendar months.
ADDITIONAL INFORMATION
The estimated period of performance consists of five-year base with performance
commencing in late September 2027. The Government may issue a bilateral extension to extend the ordering period of this contract for up to an additional five (5) years provided the maximum (total contract minimum) designated in the schedule has not been exceeded. Therefore, the total duration of the ordering period of performance, including the extension, shall not exceed 10 years.
The contract type for task orders is anticipated to be a Firm Fixed Price. The base Indefinite Delivery Indefinite Quantity (IDIQ) contracts estimated ceiling is $249M.
The Government is currently refining the acquisition strategy, and the planned approach has not yet been finalized. Your firm’s responses to this posting will assist the Government with its development.
QUESTIONS AND ANSWERS SESSION: Individuals are encouraged to submit their technical questions via email to the Contract Specialist, Ms. Janet Maldonado no later than 1 pm, 5 August 2025. Technical questions submitted in advance will be addressed during the Questions and Answers Session, followed by an open discussion where the panel may address technical questions from the audience.
SUBMISSION DETAILS (CAPABILITIES STATEMENT)
Contractors are requested to submit a capabilities statement including a cover sheet of no more than 15 pages. Font shall be no smaller than Arial 10. The cover page should include company name, address, and points of contact including phone numbers and e- mail addresses. The cover sheet shall not count towards the page count.
The deadline for response to the capability statement, industry day registration, and one- on-one registration is no later than 1 pm, EST, 5 August 2025. All responses under this sources sought notice, industry day notification, and one-on-one registration must be e- mailed to Janet Maldonado, email janet.maldonado.civ@army.mil. and Glenda Torres, email glenda.m.torres.civ@army.mil.
This documentation must address at a minimum the following items:
1) Describe your company’s capability and capacity to provide qualified trainers/instructors and advisors for the systems related type tasks listed above.
2) List the types of training capabilities your company provided before or is currently providing related to the type tasks listed above. Provide contract numbers for reference, if these contracts are with the Army or other Department of Defense contracts.
3) Describe your company’s experience (with examples) training and assisting in the following mission sets: Patriot Missile Systems, High Mobility Artillery Rocket System (HIMARS), Terminal High Altitude Area Defense (THAAD), M1 Abrams Tank (M1A2T), and any other ground systems type requirements related to the type tasks listed above. Provide any supporting documentation reflecting the experience. This list of mission sets is not all inclusive and experience of any other type of mission sets can also be provided.
4) Describe the company’s experience preparing employees for OCONUS deployment and meet all DoD Foreign Clearance Guide requirements for passports, visas, training and pre-deployment preparations.
5) Does your company have experience with training, advising, and assistance with foreign customers with differing cultures to include language barriers in an austere environment? Please include OCONUS locations, types of performance/services provided, and contract numbers.
6) Can or has your company managed a task of this nature? If so, please provide details.
7) Can or has your company managed a team of subcontractors before? If so, provide details.
8) What specific technical skills does your company possess which ensure capability to perform the requirements detailed above?
9) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.
10) Provide a statement indicating if your firm is a large or small business under NAICS code 611699; if small business, please indicate any applicable socio-economic status [i.e., 8a, Small Disadvantaged Business (SDB), HUBZone, Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB).
The following questions are provided as guidance for one-on-ones sessions/conversations:
1) SATMO’s typical mission involves training, advising, and assisting, often including platform instruction. What is your process for validating, selecting, and hiring qualified trainers to meet these requirements?
2) How does your company ensure that each training team consistently meets the requirements outlined in the PWS?
3) Many companies face challenges filling positions throughout contract performance. How does your organization differentiate itself to ensure personnel continuity and meet staffing requirements from day one and throughout the contract?
4) SATMO requires training Partner Nations and Allies on specialized systems such as Patriot, THAAD, and HIMARS, with teams to be in country often within 45 days. Timing recruiting and retaining skilled personnel is key to the performance of our task orders. How does your company recruit, hire, onboard personnel, and retains talent with these unique capabilities?
5) Is your company capable of recruiting, maintaining, and incentivizing fully qualified Subject Matter Experts (SMEs) prior to contract award? How quickly can you acquire replacement personnel if needed? Can your team operate effectively in varied and non-permissive environments over extended periods? Are you able to meet all requirements outlined in the PWS consistently?
6) How does your company manage Program/Project Managers (PMs) to ensure they are not overextended? What criteria do you use to determine when a PM has too many projects?
7) If a Partner Nation or Ally requests training outside the scope of the current PWS, what actions does your company take to address these requests?
8) How does your organization handle requests from Partner Nations or Allies to modify current training plans under an existing PWS?
9) Do you have a proven history of working within the CENTCOM AOR, collaborating effectively with civilian and military leadership, SCO representatives, TCN, and US military personnel? Have you successfully managed visa acquisition, life support, interpreters, training materials, and local TCN contacts with limited or no Government support?
10) Your firm’s response to this Sources Sought, including any capabilities statement, shall be electronically submitted in either Microsoft Word or Portable Document Format (PDF).
The information provided to this Sources Sought shall not be proprietary and may be utilized to assist the determination of the acquisition strategy to follow for this future effort. The information will be retained to document the Market Research Report and will be classified as Controlled Unclassified Information under Acquisition/Procurement disposition.
All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
NOTE (LIMITATIONS ON SUBCONTRACTING): To assist in our market research and set-aside determination for this effort, if you are a small business interested in priming this effort and plan to utilize a “Similarly Situated Entity” to meet the Limitations on Subcontracting requirements, please identify the name & Unique Entity ID/CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned “Similarly Situated Entity” should be included in answering any questions outlined in the SSN in order to assist the Government's capability determination.
DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.