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
SOLICITATION NOTICE

J -- Marine Corps Tactical Instrumentation System

Notice Date
2/13/2026 9:28:46 AM
 
Notice Type
Presolicitation
 
Contracting Office
COMMANDER QUANTICO VA 22134-6050 USA
 
ZIP Code
22134-6050
 
Solicitation Number
M67854R8010
 
Response Due
2/28/2026 8:59:00 PM
 
Archive Date
03/15/2026
 
Point of Contact
Nicole H. Batts, Phone: 7034325374, Tania Mercado, Phone: 7037129575
 
E-Mail Address
Nicole.Batts2@usmc.mil, tania.j.mercado.civ@usmc.mil
(Nicole.Batts2@usmc.mil, tania.j.mercado.civ@usmc.mil)
 
Description
THIS SYNOPSIS IS FOR INFORMATIONAL PURPOSES ONLY. The Marine Corps Systems Command (MARCORSYSCOM), intends to enter into sole source negotiations and subsequently award a sole source Indefinite Delivery/Indefinite Quantity (IDIQ) contract to Saab, Inc., 85 Collamer Crossings, East Syracuse, New York- 13057, United States (CAGE Code: 6ZQN9). This effort is estimated for award in fourth quarter of fiscal year 2026 consisting of five one-year ordering periods. a period of performance of 60 months. The anticipated IDIQ is for Force on Force Training System- Next (FoFTS-Next) Marine Corps Tactical Instrumentation System (MCTIS) support. Program Manager, Training Systems (PM TRASYS) requires comprehensive lifecycle sustainment services for the Force on Force Training Systems-Next (FoFTS-Next) program of record. These services include Contractor Logistics Support (CLS), Training Event and Exercise Support, Train-the-Trainer Support, Engineering Support, Training Systems Integration, and Post-Deployment Software Support (PDSS). This critical support will enable the program office to fulfill its responsibility to maintain and sustain the FoFTS-Next training capability. The FoFTS-Next capability is critical to Marine Corps training readiness, providing instrumented force-on-force training across seven geographic locations. The Marine Corps Tactical Instrumentation System (MCTIS), which is the core component of FoFTS-Next, is comprised of a Command and Control network and sensor systems for individuals, vehicles, buildings, and weapon surrogates. The FoFTS-Next consists of the following configurations: � Marine Corps Tactical Instrumentation System-Personnel (MCTIS-P) � Marine Corps Tactical Instrumentation System-Vehicle (MCTIS-V) � Marine Corps Tactical Instrumentation System-Combat Vehicle (MCTIS-CV) � Marine Corps Tactical Instrumentation System-Weapon Surrogate (MCTIS-WS) The MCTIS program facilitates training by allowing Marines to accomplish core competencies within their respective Training and Readiness events, thereby supporting commanders' Mission Essential Tasks training in a more authentic, multisensory training environment. Period of Performance is estimated 1 September 2026 through 31August 2031. The Goverment has determined that Saab, Inc is the only company capable of providing the lifecycle sustainment support for the FoFT-Next MCTIS program. PM TRASYS intends to negotiate and award a sole source contract with Saab, Inc. under the authority of FAR 6.302-1, ""Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements."" In accordance with FAR 6.302-1(a)(2), Saab Inc., as the Original Equipment Manufacturer (OEM) of the MCTIS, is the only known responsible source with the requisite knowledge, experience, data rights, and technical expertise to provide the services described above. In order for a contractor other than Saab, Inc to provide the lifecycle sustainment support to the FoFT-Next MCTIS program, Saab, Inc. and the Government would be required to provide the selected vendor with a comprehensive Technical Data Package (TDP) for which the Government currently only has limited rights. Therefore, PM TRASYS is currently unable to provide the associated technical data necessary in order to foster a competitive procurement. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. � Unless stated herein, no additional information is available. Requests for the same will be disregarded. Responsible interested parties may identify their interest and capability by responding to this requirement. The Unite States Government (USG) will consider all capability information received prior to the closing date of this synopsis. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. All submissions become USG property and will not be returned. Contractors are advised the USG will not pay for any information or administrative costs incurred in response to this notice of intent No phone inquiries will be entertained. Reponses shall be made in writing by email to the attention of Ms. Tania Mercado, and Ms. Nicole Batts using the contact information provided in this synopsis GENERAL INFORMATION: The information provided herein is subject to change and is not binding on the USG. The USG has not made a commitment to procure any of the supplies or services discussed. This notice should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/54a1dbbc6f4847829bcd6081d5ab7bc1/view)
 
Place of Performance
Address: Orlando, FL, USA
Country: USA
 
Record
SN07715676-F 20260215/260213230041 (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.