Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2026 SAM #8847
SPECIAL NOTICE

R -- US Army Operational Evaluation Command, Base Test Support Services Follow-on

Notice Date
2/13/2026 5:14:33 AM
 
Notice Type
Special Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
W6QM MICC TSC JBSA FT SAM HOUSTON TX 78234-0000 USA
 
ZIP Code
78234-0000
 
Response Due
3/2/2026 1:30:00 PM
 
Archive Date
03/17/2026
 
Point of Contact
Avangela Ligons-Sutton, Ingrid Smith
 
E-Mail Address
avangela.y.ligons-sutton.civ@army.mil, ingrid.v.smith.civ@army.mil
(avangela.y.ligons-sutton.civ@army.mil, ingrid.v.smith.civ@army.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Description
This Special Notice is issued in accordance with FAR 5.203, to synopsize the pending solicitation for the Operational Evaluation Command (OEC) Base Test Support Services (BTSS) Follow-on requirement. The BTSS Follow-on awardee shall provide continued contractor services necessary to support the OTC mission to include management, administration, supervision, logistics, vehicle and equipment maintenance, motor pool functions, and supply warehouse functions to support operational field test events. On an intermittent assignment basis, the Contractor shall perform operational and customer testing, data collection, and logistical support for other Department of War (DoW) activities and other OEC organizations both within the Continental United States (CONUS) and Outside the Continental United States (OCONUS) as identified in individual task authorizations for operational testing missions. The work to be performed under this contract will primarily be performed at Fort Hood, Texas, Fort Bragg, North Carolina, and Fort Bliss, Texas (Base operations requirements) with additional test support operation locations at Fort Huachuca, Arizona, and Fort Sill, Oklahoma. Other locations will be identified in individual Task Order Statement of Work requirements and may require the delivery of test support services at locations CONUS and OCONUS. Exact test support locations are not known or forecastable, however, a complete list of potential testing locations will provided with the pending solicitation. The proposed contract action will replace current contract W91151-21-D-0003, with a current final expiration of 30 Sep 2026. The BTSS acquisition is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, conducted in accordance with FAR Part 15. This Request for Proposal (RFP) will result in a Cost-Plus Fixed-Fee (CPFF) Indefinite Delivery, Indefinite Quantity (IDIQ) contract with Firm Fixed Price (FFP), Cost, and CPFF Contract Line Item Numbers (CLINs) as set forth at Section B. The Period of Performance specifies a thirty (30) day contract Phase-in and a four (4) year, eleven (11) month ordering period. FAR 52.217-8 will be included in the contract. The RFP is anticipated for release ON OR ABOUT 02 Mar 2026.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/324ac57a520b46b0a32e0446e759f9de/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07715559-F 20260215/260213230040 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.